CENTRAL FLORIDA FARE COLLECTION SYSTEM EQUIPMENT RFP-DOT TVM. Procurement Document Index. 3. Standard Written Agreement Pages 1 through 9

Size: px
Start display at page:

Download "CENTRAL FLORIDA FARE COLLECTION SYSTEM EQUIPMENT RFP-DOT TVM. Procurement Document Index. 3. Standard Written Agreement Pages 1 through 9"

Transcription

1 CENTRAL FLORIDA FARE COLLECTION SYSTEM EQUIPMENT RFP-DOT TVM Procurement Document Index 1. Procurement Document Index Page i 2. Request for Proposal Pages 1 through 38 a. Includes Forms No. 1 through 9 b. Includes Bid Bond and Proposal Of Forms 8 and 8a, and 9 and 9a c. Form PUR 1001, General Instructions to Respondents Pages 1through 6 3. Standard Written Agreement Pages 1 through 9 4. Exhibit A, Scope of Services Fare Collection System Equipment a. Includes Form PUR 1000 Pages A-I through A-XVII 5. Exhibit B, Method of Compensation, a. Includes Exhibit B.1 Pages B-1 through B Exhibit C, Price Proposal and Forms, Pages 2-8 of the RFP 7. Exhibit D, Fare Collection System Equipment Pages D-i, through D-71 Specifications 8. Exhibit E, CFCRT Business Rules Pages E-1 through E-6 9. Exhibit F, Required Contract Provisions for Federal Transportation Administration Federal-Aid Contract Pages F-1 through F Exhibit G, Software Code Deposit Agreement Pages G-1 through G Attachment 1, Central Florida Regional Transportation Authority, d/b/a Lynx, Contract Documents i

2 State of Florida Department of Transportation District Five Procurement Services M.S. # South Woodland Boulevard DeLand, Florida Form No. 1 REQUEST FOR PROPOSAL REGISTRATION ****************************************************************************** PLEASE COMPLETE AND RETURN THIS FORM ASAP TO THE ABOVE ADDRESS OR FAX TO (386) ****************************************************************************** RFP Number: RFP-DOT TVM Title: Central Florida Fare Collection System Equipment Proposal Due Date & Time: Friday April 6, :00PM Potential proposers should notify our office by returning this Registration Form as soon as possible after downloading. Complete the information below and fax this sheet only to the Florida Department of Transportation Procurement Office at (386) , or mail to the address noted above. THE REQUEST FOR PROPOSAL DOCUMENT YOU RECEIVED IS SUBJECT TO CHANGE. Notice of changes (addenda), will be posted on the Florida Vendor Bid System at under this RFP number (click on BUSINESS, click on Doing Business with the State, under Everything for Vendors and Customers, click on Vendor Bid System (VBS), then click on Search Advertisements, click on the drop-down arrow beside the box under Advertisement Type, select Competitive Solicitation, click on the drop-down arrow beside the box under Agency, select DEPARTMENT OF TRANSPORTATION, then go to the bottom of the same page and click on Initiate Search). It is the responsibility of all potential Proposers to monitor this site for any changing information prior to submitting your Proposal. Company Name: Address: City, State, Zip: Telephone: ( ) Fax Number: ( ) Contact Person: Internet Address: For further information on this process, you may or telephone: Daniel Deily, Purchasing Agent: Phone: (386) , Fax (386) , daniel.deily@dot.state.fl.us 1

3 Form No. 2 STATE OF FLORIDA DEPARTMENT OF TRANSPORATION Project Description: Central Florida Fare Collection System Equipment EXHIBIT C, PRICE PROPOSAL RFP-DOT TVM Table 2 The Vendor is required to state the proposed per unit rate and Lump Sum Total Price and submit to Daniel Deily Purchasing Agent, Florida Department of Transportation, 719 South Woodland Boulevard, DeLand, Florida as part of their Technical Proposal. These unit rates shall be all inclusive for the unit installed connected and operational. I. Initial Procurement Prices valid for Orders placed through 180 Days from Execution No. Est. Qty. FDOT Est Qty, Lynx * 2 38 * * 0 Description of Item Model No. and Part No. Unit Price Extended Price FDOT Extended Price LYNX Total Price Full Service Ticket Vending Machines (FSTVM) $ $ $ $ Cashless Ticket Vending Machines (CTVM) $ $ $ $ Station Platform Ticket Validator Units $ $ $ $ Hand Held Ticket Validator Units $ $ $ $ 4 15 * * 5 * Point-of Sale Machines $ $ $ $ Fare Media/Smart Cards (Per 2,500 card unit) 6 4 Units* 4 Units * (Standard) $ $ $ $ 7 4 Units* 8 Units * Sufficient Sufficient for for 8 Capacity Capacity Lump Sum Lump Sum Lump Sum Lump Sum Limited Use Smart Cards (Paper), (2,500 per unit) $ $ $ $ Central Data Collection & Information System, From page C-6 N/A $ $ $ Spare Parts, Special Tools Maintenance Servicing & Diagnostic Equipment From Page C-3 N/A $ $ $ Maintenance Services Plan, Annual price Bid Based on one (1) year From Page C-4 $ $ $ $ Lump Sum Lump Sum Training Plan From Page C-5 N/A $ $ $ Extended Warranty Plan, Annual Annual Per Year, Initial Cost Cost Procurement $ $ $ $ Total Initial Procurement Price (Sum of Section I Extended Prices for Items No for both the Department and Lynx) $ * Estimated Quantities to be used for calculation of Price Proposal and Price Score. Actual quantities to be determined within 180 days of Contract Execution. For Items marked N/A, Bid the Total Cost for that item. Unit Rates shown above for FDOT will be included in Exhibit B, Method of Compensation of the FDOT contract. C-1 2

4 STATE OF FLORIDA DEPARTMENT OF TRANSPORATION EXHIBIT C, PRICE PROPOSAL RFP-DOT TVM Central Florida Fare Collection System Equipment Table 2 II ADDITIONAL OPTIONAL EQUIPMENT/SERVICES Prices valid for Orders placed through June 2015 No. Est. Qty. FDOT Est Qty Lynx 1 5* * * 3 Extended Price FDOT Form No. 2, Continued Extended Price LYNX Description of Item Model No. and Part No. Unit Price Total Price Full Service Ticket Vending Machines (FSTVM) $ $ $ $ Cashless Ticket Vending Machines (CTVM) $ $ $ $ Station Platform Ticket Validator Units $ $ $ $ Hand Held Ticket 5 15* 0 Validator Units $ $ $ $ 6 100* 200* Point-of Sale Machines $ $ $ $ Per Unit Fare Media/Smart Cards (Per 2,500 card unit) (Standard) $ $ $ $ 7 Per unit Per Limited Use Smart Cards 8 Per unit Unit (Paper), (2,500 per unit) $ $ $ $ Maintenance Services Lump Lump Plan, Annual Price, Bid 9 Sum Sum on one (1) year $ $ $ $ Unit Unit Central Data Collection & Per unit based 10 Cost Cost Information System on Table 1 No Bid No Bid No Bid No Bid Extended Warranty Plan, Annual Annual Per Year, Optional 11 Cost Cost equipment $ $ $ $ 1. Software upgrades and or retrofitting of LYNX and Votran bus fare collection equipment compatible with GFI Genfare Odyssey or equivalent $ $ $ $ 2. Installation of separate SunRail compatible Ticket Validator Units onboard LYNX and Votran. $ $ $ $ Total Optional Procurement Price 14 Sum Of Section I, Items No Items 12 or 13, Bid only one item. $ *Estimated quantities for pricing purposes, actual quantities ordered may vary For Items marked N/A, Bid the Total Cost for that item Unit rates for the FDOT equipment shown above will be included in Exhibit B, Method of Compensation of the FDOT contract. C-2

5 Form No. 2 Continued STATE OF FLORIDA DEPARTMENT OF TRANSPORATION Central Florida Fare Collection System Equipment EXHIBIT C, PRICE PROPOSAL RFP-DOT TVM Table 3 Recommended Spare Parts Price List: Complete attached page C-3 by listing all Proposer recommended Spare Parts, Special Tools, Maintenance Servicing, and Diagnostic Testing Equipment for the equipment being provided. Recommended Spare Parts, Special Tools, Maintenance Servicing and Diagnostic Testing Equipment Cost Breakdown Part Description/Name Manufacturer & Part Number Cost per unit No Units Proposed Spare Parts ** $ $ Total Cost Special Tools** $ $ Maintenance Servicing Equipment** $ $ Diagnostic Test Equipment** $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Total Cost to Page C-1 $ **Attach additional pages as necessary Individual rates for spare parts, special tools maintenance servicing and diagnostic testing equipment will be included in Exhibit B, Method of Compensation FDOT of the contract. C-3 4

6 Form No. 2 Continued STATE OF FLORIDA DEPARTMENT OF TRANSPORATION Central Florida Fare Collection System Equipment EXHIBIT C, PRICE PROPOSAL RFP-DOT TVM Table 3 Part Description/Job Class Recommended Maintenance Services Plan Cost Breakdown Manufacturer, Model & Part Number Cost per unit No Units Proposed Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Total Cost, to Page C-1 $ The Unit rate for the Maintenance Servicing plan will be included in Exhibit B, Method of Compensation of the FDOT contract. 5

7 C-4 Course Form No. 2 Continued STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Central Florida Fare Collection System Equipment EXHIBIT C, PRICE PROPOSAL RFP-DOT TVM Table 3 Recommended Training Plan Course Cost Breakdown Cost per Student Recommended number trained Revenue Servicing $ $ Field Maintenance and Servicing $ $ Shop Repair $ $ Revenue Maintenance Workstation Operations $ $ Administrative Workstation Operations $ $ Security Workstation Operations $ $ TVM Accounting and Registration Information $ $ Total Cost, to Page C-1 $ Unit rates for training courses will be included in Exhibit B, Method of Compensation of the FDOT contract. Total Cost C-5 6

8 Form No. 2 Continued STATE OF FLORIDA DEPARTMENT OF TRANSPORATION Central Florida Fare Collection System Equipment EXHIBIT C, PRICE PROPOSAL RFP-DOT TVM Table 3 Recommended Central Data Collection & Information System Cost Breakdown Part Description/Name Manufacturer Cost per unit Total Cost, to Page C-1 $ No Units Proposed $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Total Cost Attach additional pages as needed C-6 7

9 STATE OF FLORIDA DEPARTMENT OF TRANSPORATION Central Florida Commuter Rail Transit (CFCRT) Fare Collection System Equipment EXHIBIT C, PRICE PROPOSAL RFP-DOT TVM Table 3 Recommended Extended Warranty Plan Cost Breakdown Form No. 2 Continued Part Description/Name Manufacturer Cost per unit No Units Proposed Total Cost $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Total Cost, to Page C-1 $ Attach additional pages as needed C-7 8

10 Form No. 3 VENDOR DATA SHEET CENTRAL FLORIDA FARE COLLECTION SYSTEM EQUIPMENT RFP-DOT TVM CORPORATE INFORMATION DATE: FEDERAL EMPLOYER IDENTIFICATION NUMBER AND SEQUENCE (FEID): (State Purchasing System (SPURS) Vendor Number) VENDOR NAME: Be sure to include Corporate Structure (Inc., LLC) ADDRESS: CITY, STATE, ZIP: TELEPHONE: ( ) CELLULAR: ( ) TOLL FREE NO.: ( ) FAX NO.: ( ) INTERNET ADDRESS: LOCAL OFFICE INFORMATION, (If other than above) CONTACT NAME: ADDRESS: CITY, STATE, ZIP: TELEPHONE: ( ) CELLULAR: ( ) TOLL FREE NO.: ( ) FAX NO.: ( ) INTERNET ADDRESS: RFP Requirements 1) REGISTERED IN MYFLORIDAMARKETPLACE: (Y/N) Attach Proof 5.2) AUTHORIZED TO DO BUSINESS IN THE STATE OF FLORIDA(Y/N) Attach Proof 5.3) PRIME PROPOSER AND ALL SUB-VENDORS POSSESS LICENSES, CERTIFICATIONS, REGISTRATIONS, TO PERFORM THE TYPES OF WORK SPECIFIED IN THE CONTRACT DOCUMENT Attach proof C-8 9

11 Form No. 3, continued NOTE: In submitting a response, the proposer acknowledges they have read and agree to the solicitation terms and conditions and their submission is made in conformance with those terms and conditions. ACKNOWLEDGEMENT: I certify that I have read and agree to abide by all terms and conditions of this solicitation and that I am authorized to sign for the proposer. I certify that the response submitted is made in conformance with all requirements of the solicitation. Proposer: FEID # Address: City, State, Zip Authorized Signature: Date: Printed / Typed: Title: C-9 10

12 Form No. 4 PROCUREMENT /03 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DRUG-FREE WORKPLACE PROGRAM CERTIFICATION Preference to businesses with drug-free workplace programs. --Whenever two or more bids, proposals, or replies that are equal with respect to price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid, proposal, or reply received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drug-free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. Does the individual responding to this solicitation certify that their firm has implemented a drug-free workplace program in accordance with the provision of Section , Florida Statutes, as stated above? YES O NO 11

13 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DBE PARTICIPATION STATEMENT Form No PROCUREMENT 10/01 Note: The Consultant is encouraged to complete the following information and submit this form with the Technical Proposal. Project Description: Consultant Name: This Consultant (is (DBE). ) (is not ) a Department of Transportation certified Disadvantaged Business Enterprise The Federal Transportation Administration has set a Goal of 8.14% DBE participation for this project. Expected percentage of contract fees to be subcontracted to DBE(s): % If the intention is to subcontract a portion of the contract fees to DBE(s), the proposed DBE sub-consultants are as follows: DBE Sub-Consultant Type of Work/Commodity By: Title: Date: 12

14 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BID OPPORTUNITY LIST FOR PROFESSIONAL CONSULTANT SERVICES, AND COMMODITIES & CONTRACTUAL SERVICES PROCUREMENT 04/07 Prime Contractor/Prime Consultant: Address/Phone Number: Procurement Number/Advertisement Number: 49 CFR Part The list is intended to be a listing of all firms that are participating, or attempting to participate, on DOT-assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and supplies materials on DOT-assisted projects, including both DBEs and non-dbes. For consulting companies this list must include all subconsultants contacting you and expressing an interest in teaming with you on a specific DOT-assisted project. Prime contractors and consultants must provide information for Numbers 1, 2, 3 and 4, and should provide any information they have available on Numbers 5, 6, 7, and 8 for themselves, and their subcontractors and subconsultants. 1. Federal Tax ID Number: 2. Firm Name: 3. Phone: 4. Address: 6. DBE Non-DBE 8. Annual Gross Receipts Less than $1 million Between $1 - $5 million Between $5 - $10 million 7. Subcontractor Between $10 - $15 million 5. Year Firm Established: Subconsultant More than $15 million 1. Federal Tax ID Number: 2. Firm Name: 3. Phone: 4. Address: 6. DBE Non-DBE 8. Annual Gross Receipts Less than $1 million Between $1 - $5 million Between $5 - $10 million 7. Subcontractor Between $10 - $15 million 5. Year Firm Established: Subconsultant More than $15 million 1. Federal Tax ID Number: 2. Firm Name: 3. Phone: 4. Address: 6. DBE Non-DBE 8. Annual Gross Receipts Less than $1 million Between $1 - $5 million Between $5 - $10 million 7. Subcontractor Between $10 - $15 million 5. Year Firm Established: Subconsultant More than $15 million 1. Federal Tax ID Number: 2. Firm Name: 3. Phone: 4. Address: 6. DBE Non-DBE 8. Annual Gross Receipts Less than $1 million Between $1 - $5 million Between $5 - $10 million 7. Subcontractor Between $10 - $15 million 5. Year Firm Established: Subconsultant More than $15 million AS APPLICABLE, PLEASE SUBMIT THIS FORM WITH YOUR: BID SHEET (Invitation to Bid - ITB) LETTERS OF RESPONSE (LOR) PRICE PROPOSAL (Request for Proposal - RFP) REPLY (Invitation to Negotiate - ITN)

15 Form No STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS PROCUREMENT /11 Respondent Vendor Name: Vendor FEIN: Vendor s Authorized Representative Name and Title: Address: City: State: Zip: Phone Number: Address: _ SECTION , FLORIDA STATUTES, PROHIBITS AGENCIES FROM CONTRACTING WITH COMPANIES, FOR GOODS OR SERVICES OF $1 MILLION OR MORE, THAT ARE ON EITHER THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST. BOTH LISTS ARE CREATED PURSUANT TO SECTION , FLORIDA STATUTES. AS THE PERSON AUTHORIZED TO SIGN ON BEHALF OF RESPONDENT, I HEREBY CERTIFY THAT THE COMPANY IDENTIFIED ABOVE IN THE SECTION ENTITLED RESPONDENT VENDOR NAME IS NOT LISTED ON EITHER THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST. I UNDERSTAND THAT PURSUANT TO SECTION , FLORIDA STATUTES, THE SUBMISSION OF A FALSE CERTIFICATION MAY SUBJECT COMPANY TO CIVIL PENALTIES, ATTORNEY S FEES, AND/OR COSTS. CERTIFIED BY:, WHO IS AUTHORIZED TO SIGN ON BEHALF OF THE ABOVE REFERENCED COMPANY. Authorized Signature Print Name and Title: 14

16 Form No. 8 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BID BOND X5 Fare Collection System Equipment D-5: KNOW ALL MEN BY THESE PRESENTS: That we,, as Principal (Bidder), and as Surety, are held and firmly bound unto the Florida Department of Transportation (hereinafter called the Obligee), in the full and just sum of FIVE PERCENT (5%) of the actual total of the Proposal referred to herein (do not enter figures), in lawful money of the United States of America, to be paid to the Obligee, to which payment will and truly to be made we bind ourselves, our heirs, executors, administrators, successors and assignees, jointly and severally and firmly be these presents: WHEREAS, The said Principal is herewith submitting a proposal to the obligee for providing the Fare Collection System Equipment as per the contract in Volusia, Seminole, Orange and Osceola Counties, particularly known as Federal Aid Project No.(s) N/A Proposal ID: RFP-DOT TVM Financial Project No.(s) NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the said Principal shall execute a contract and give bond for the faithful performance thereof within the time period as stipulated by the Agreement after being notified in writing of the award of such contract to Principal, or if the Surety shall pay the Obligee the full amount of this bond, then this obligation shall be void; otherwise it shall remain in full force and effect. SIGNED, SEALED AND DATED THIS Day of, 2011 NAME OF SURETY: Florida Licensed Insurance Agent or Attorney-In-Fact (Signature) Countersigned Florida Licensed Insurance Agent Type/Print Type/Print The following Statement to be completed regarding the Florida Licensed Insurance Agent: STATE OF: COUNTY OF: Affix Surety Seal Before me, the above signed authority, personally appeared, who is personally known to me or has produced (Type of identification) identification and is duly sworn, deposes and says that he/she is a duly authorized insurance agent properly licensed under the laws of the State of Florida to represent of ' a company authorized to make corporate Surety Bonds under the laws of Florida and acceptable as Surety on Federal Bonds and that he has signed or countersigned the above bond on their behalf. Sworn, and subscribed to before me this day of, 2011 Notary Public, State of (Notary Signature) My commission expires: NOTE: The principal bidder is not required to sign this document, as execution of Form No. 9 specifically binds the principal bidder to the obligations arising from this document. Failure of the principal bidder to execute Form 9, or failure of the surety to execute this document, shall result in the bid being declared nonresponsive. NOTE: Power of Attorney showing authority of Florida Licensed Insurance Agent to sign on behalf of, and bind, surety must be furnished with this form. Affix Corporate Seal of Surety.

17 X5 District 5 Form No. 9 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PROPOSAL OF RFP-DOT TVM (Proposer's Firm Name) (Prequalified Name, if Applicable) (Proposing Firm's Physical Address - City - State - Zip) FEID No. Telephone No. ( ) FAX No ( ) Address: For constructing or otherwise improving Seven Rail Road Stations, this contract known as: Central Florida Fare Collection System Equipment In Volusia, Seminole and Orange Counties Contract No.: Financial Project No. s:_ TO THE STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION: Date Submitted: The Bidder, hereby declares that no person or persons, firm or corporation, other than the Bidder, is interested, in this proposal, as principals, and that this Proposal is made without collusion with any person, firm or corporation, and we have carefully and to our full satisfaction examined the Proposal forms, the Contract, and that we have made a full examination of the location of the proposed work and the sources of supply of materials, and we hereby agree to furnish all necessary labor, equipment, and materials, fully understanding that the quantities shown herewith are approximate only, and that we will fully complete all necessary work in accordance with the Contract document, within the time limit specified in this Proposal for the following unit prices, to wit: Was an addendum issued on this project? Yes No I (We) hereby acknowledge receipt of the following Addenda issued during the bidding period. Addendum No. Dated Addendum No. Dated

18 X5 District 5 Form No. 9 The Bidder agrees to perform all necessary work, as provided for in the contract, and if awarded the contract, to execute the Contract within 10 calendar days, excluding Saturdays, Sundays, and state holidays, after the date on which the notice of award has been given, and to fully complete all necessary work under the same as stated in the Contract. It is understood and agreed that the date on which calendar days will begin to be charged to the project shall be as stated in the Notice to Proceed. The Bidder further agrees to furnish a sufficient and satisfactory bond in the sum of the full amount of the contract. The Bidder further agree(s) to bear the full cost of maintaining all work until final acceptance, as provided in the Contract. A bid guaranty of Five Percent 5% of the total Price Proposal, payable to the Florida Department of Transportation, must accompany this proposal. The guaranty amount shall include all bid items. If this proposal is accepted and the Bidder fails to execute the Contract under the conditions of this proposal, the bid guaranty shall be forfeited to the Department; otherwise, said guaranty is to be returned to the Bidder upon delivery of a satisfactory bond. The Florida Department of Transportation officials and employees are prohibited by law from soliciting and accepting funds or gifts from any person who has, maintains, or seeks business relations with the Department pursuant to Section , Florida Statutes. The Bidder, hereby certifies that it has carefully examined this proposal after the same was completed, and has verified each item placed thereon. The Bidder agrees to indemnify, defend, and save harmless, the Department against any cost, damage, or expense which it may incur or be caused by any error in the Bidder's preparation of same. By signing and submitting this proposal, the Bidder certifies that no principal (which includes officers, directors, or executives) is presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any federal department or agency. The Bidder hereby certifies and obligates its firm as "Principal (bidder)" to the attached Bid Bond, (Form No. 8) as if and to the same effect as if the Bidder had affixed its signature thereon. Section (3)(a), Florida Statutes, requires: An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. Section , Florida Statutes, incorporates the Occupational Safety and Health Administration's (OSHA) safety standards, 29 CFR s Subpart P, as the state standard. The Department of Labor and Employment Security may adopt updated or revised versions by rule. Other state or political subdivisions may also have standards that are applicable. If trench excavation will be required on the project in excess of five feet in depth, the Bidder must identify the cost of compliance with the applicable trench safety standards below. If there will be no trench excavation on the project in excess of five feet in depth, write "not applicable" below. Trench Safety Measure (Description) Units of Measure Quantity Unit Cost Extended Cost A B. C. Total Cost$ (ATTACH SEPARATE SHEET IF NECESSARY) Job No(s): If applicable, this certifies that all trench excavation done within the control of the contractor will be in accordance with all applicable standards and with the specifications, and all requirements of Sections (1 )(a), (1 )(b), and (1 )(c), Florida Statutes.

19 X5 District 5 Form No. 9 The Bidder hereby declares that the undersigned is the person or persons responsible within the firm for the final decision as to the price(s) and amount of this bid and the Bidder further declares that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to the bid opening. 3. No attempt has been made or will be made to solicit, cause, or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any other firm or person to submit a complementary bid. 5. The Bidder has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised, or paid cash or anything of value to any other Bidder or person, whether in connection with this or any other project, in consideration for an agreement or promise by any other firm or person to refrain from bidding or to submit a complementary bid on this project. 6. The Bidder has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any other firm or person, and has not been promised or paid cash or anything of value by any other firm or person, whether in connection with this or any other project, in consideration for the firm's submitting a complementary bid, or agreeing to do so, on this project. 7. The Bidder has made a diligent inquiry of all members, officers, employees, and agents of the Bidder with responsibilities relating to the preparation, approval or submission of the firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act, or other conduct inconsistent with any of the statements and representations made in this Declaration. 8. As required by Section , Florida Statutes, the Bidder has fully informed the Florida Department of Transportation in writing of all convictions of the firm, its affiliates (as defined in Section (1)(a), Florida Statutes), and all directors, officers, and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract or for violation of any state or federal law involving fraud, bribery, collusion, conspiracy, or material misrepresentation with respect to a public contract. This includes disclosure of the names of current employees of the firm or affiliates who were convicted of contract crimes while in the employ of another company. 9. The Bidder certifies that, except as noted below, neither the firm nor any person associated therewith in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, and/or position involving the administration of federal funds: i. is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions, as defined in 49 CFR s (a), by any federal department or agency ii. iii. iv. has within a three year period preceding this certification been convicted of or had a civil judgment rendered against it for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a federal, state, or local government transaction or public contract; violation of federal or state antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; is presently indicted for or otherwise criminally or civilly charged by a federal, state, or local governmental entity with commission of any of the offenses enumerated in paragraph 9(b) of this certification; and has within a three-year period preceding this certification had one or more federal, state, or local public government transactions terminated for cause or default. 10. The Bidder certifies that it shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this project by any federal agency unless authorized by the Florida Department of Transportation. 11. The firm certifies that the bidder is not a nonresident alien, or a foreign corporation/entity formed under the laws of a country other than the United States. 12. The Bidder certifies that the company is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.

20 X5 District 5 Form No. 9 Where the Bidder is unable to declare or certify as to any of the statements contained in the above stated paragraphs numbered (1) through (12), the Bidder has provided an explanation in the "Exceptions" portion on page 4 of 4 or by attached separate sheet. EXCEPTIONS: Any exception listed above will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted, indicate to whom it applies, initiating agency, and dates of agency action. Providing false information may result in criminal prosecution and/or administrative sanctions. I declare under penalty of perjury that the foregoing is true and correct. CORPORATION: INDIVIDUAL OR FIRM TRADING AS: Bidder Bidder Signature: Signature: President or Vice President (Circle Title) Individual or Owner (Affix Corporate Seal) PARTNERSHIP Print Name JOINT VENTURE: Print Name Bidder Signature: Bidder Attorney-in-Fact Signature: General Partner (Circle Title) Print Name Print Name CONTRACTOR: (Seal) Signature: Signature: President or Vice President (Circle Title) General Partner (Circle Title) CONTRACTOR: (Seal) Print Name Signature: President or Vice President (Circle Title) LIMITED LIABILITY COMPANY: CONTRACTOR: (Seal) Signature: Contractor Manager or Member (Circle Title) Signature: President or Vice President (Circle Title) Print Name: Organized and existing under the laws of the State of and authorized to do business in the State of Florida, pursuant to the laws of the State of Florida, certificate of incorporation or organization or certificate of authority having been issued by the Florida Department of State. FAILURE TO FULLY COMPLETE AND EXECUTE THIS DOCUMENT MAY RESULT IN THE BID BEING DECLARED NONRESPONSIVE ATTACH BID BOND Job No(s):

21 Form 8a, Lynx Bond CENTRAL FLORIDA REGIONAL TRANSPORTATION AUTHORITY, D/B/A LYNX BID BOND KNOW ALL MEN BY THESE PRESENTS: That we,, as Principal (Bidder), and as Surety, are held and firmly bound unto the Central Florida Regional Transportation Authority, d/b/a LYNX (hereinafter called the Obligee), in the full and just sum of FIVE PERCENT (5%) of the actual total of the Proposal referred to herein (do not enter figures), in lawful money of the United States of America, to be paid to the Obligee, to which payment will and truly to be made we bind ourselves, our heirs, executors, administrators, successors and assignees, jointly and severally and firmly be these presents: WHEREAS, The said Principal is herewith submitting a proposal to the obligee for providing the Fare Collection System as per the Proposal ID: RFP-DOT TVM NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the said Principal shall execute a contract and give bond for the faithful performance thereof within the time period as stipulated by the Agreement after being notified in writing of the award of such contract to Principal, or if the Surety shall pay the Obligee the full amount of this bond, then this obligation shall be void; otherwise it shall remain in full force and effect. SIGNED, SEALED AND DATED THIS Day of, 2012 NAME OF SURETY: Florida Licensed Insurance Agent or Attorney-In-Fact (Signature) Countersigned Florida Licensed Insurance Agent Type/Print Type/Print The following Statement to be completed regarding the Florida Licensed Insurance Agent: STATE OF: COUNTY OF: Affix Surety Seal Before me, the above signed authority, personally appeared, who is personally known to me or has produced (Type of identification) identification and is duly sworn, deposes and says that he/she is a duly authorized insurance agent properly licensed under the laws of the State of Florida to represent of ' a company authorized to make corporate Surety Bonds under the laws of Florida and acceptable as Surety on Federal Bonds and that he has signed or countersigned the above bond on their behalf. Sworn, and subscribed to before me this day of, 2012 Notary Public, State of (Notary Signature) My commission expires: NOTE: Power of Attorney showing authority of Florida Licensed Insurance Agent to sign on behalf of, and bind, surety must be furnished with this form. Affix Corporate Seal of Surety.

22 CENTRAL FLORIDA REGIONAL TRANSPORTATION AUTHORITY, D/B/A LYNX PROPOSAL OF RFP-DOT TVM Form 9a, Lynx (Proposer's Firm Name) (Prequalified Name, if Applicable) (Proposing Firm's Physical Address - City - State - Zip) FEID No. Telephone No. ( ) FAX No ( ) Address: For as Automated Fare Collection System, this contract known as: Central Florida Fare Collection System Equipment Contract No.: TO THE CENTRAL FLORIDA REGIONAL TRANSPORTATION AUTHORITY d/b/a LYNX Date Submitted: The Bidder, hereby declares that no person or persons, firm or corporation, other than the Bidder, is interested, in this proposal, as principals, and that this Proposal is made without collusion with any person, firm or corporation, and we have carefully and to our full satisfaction examined the Proposal forms, the Contract, and that we have made a full examination of the location of the proposed work and the sources of supply of materials, and we hereby agree to furnish all necessary labor, equipment, and materials, fully understanding that the quantities shown herewith are approximate only, and that we will fully complete all necessary work in accordance with the Contract document, within the time limit specified in this Proposal for the following unit prices, to wit: Was an addendum issued on this project? Yes No I (We) hereby acknowledge receipt of the following Addenda issued during the bidding period. Addendum No. Dated Addendum No. Dated

23 Form 9a, Lynx The Bidder agrees to perform all necessary work, as provided for in the contract, and if awarded the contract, to execute the Contract within 10 calendar days, excluding Saturdays, Sundays, and state holidays, after the date on which the notice of award has been given, and to fully complete all necessary work under the same as stated in the Contract. It is understood and agreed that the date on which calendar days will begin to be charged to the project shall be as stated in the Notice to Proceed. The Bidder further agrees to furnish a sufficient and satisfactory bond in the sum of the full amount of the contract. The Bidder further agree(s) to bear the full cost of maintaining all work until final acceptance, as provided in the Contract. A bid guaranty of Five Percent 5% of the total Price Proposal, payable to the Central Florida Regional Transportation Authority, d/b/a LYNX must accompany this proposal. The guaranty amount shall include all bid items. If this proposal is accepted and the Bidder fails to execute the Contract under the conditions of this proposal, the bid guaranty shall be forfeited to LYNX; otherwise, said guaranty is to be returned to the Bidder upon delivery of a satisfactory bond. The Central Florida Regional Transportation Authority, d/b/a LYNX officials and employees are prohibited by law from soliciting and accepting funds or gifts from any person who has, maintains, or seeks business relations with the LYNX pursuant to Section , Florida Statutes. The Bidder, hereby certifies that it has carefully examined this proposal after the same was completed, and has verified each item placed thereon. The Bidder agrees to indemnify, defend, and save harmless, LYNX against any cost, damage, or expense which it may incur or be caused by any error in the Bidder's preparation of same. By signing and submitting this proposal, the Bidder certifies that no principal (which includes officers, directors, or executives) is presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any federal department or agency. The Bidder hereby certifies and obligates its firm as "Principal (bidder)" to the attached Bid Bond as if and to the same effect as if the Bidder had affixed its signature thereon. Section (3)(a), Florida Statutes, requires: An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. Section , Florida Statutes, incorporates the Occupational Safety and Health Administration's (OSHA) safety standards, 29 CFR s Subpart P, as the state standard. The Department of Labor and Employment Security may adopt updated or revised versions by rule. Other state or political subdivisions may also have standards that are applicable. If trench excavation will be required on the project in excess of five feet in depth, the Bidder must identify the cost of compliance with the applicable trench safety standards below. If there will be no trench excavation on the project in excess of five feet in depth, write "not applicable" below. Trench Safety Measure (Description) Units of Measure Quantity Unit Cost Extended Cost A B. C. Total Cost$ (ATTACH SEPARATE SHEET IF NECESSARY) LYNX Contract No: If applicable, this certifies that all trench excavation done within the control of the contractor will be in accordance with all applicable standards and with the specifications, and all requirements of Sections (1 )(a), (1 )(b), and (1 )(c), Florida Statutes. The Bidder hereby declares that the undersigned is the person or persons responsible within the firm for the final decision as to

24 the price(s) and amount of this bid and the Bidder further declares that: Form 9a, Lynx 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to the bid opening. EXCEPTIONS: 3. No attempt has been made or will be made to solicit, cause, or induce any firm or person to refrain from bidding Any exception listed above will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted, indicate to whom it applies, initiating agency, and dates of agency action. Providing false information may result in criminal prosecution and/or administrative sanctions. I declare under penalty of perjury that the foregoing is true and correct. on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any other firm or person to submit a complementary bid. 5. The Bidder has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised, or paid cash or anything of value to any other Bidder or person, whether in connection with this or any other project, in consideration for an agreement or promise by any other firm or person to refrain from bidding or to submit a complementary bid on this project. 6. The Bidder has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any other firm or person, and has not been promised or paid cash or anything of value by any other firm or person, whether in connection with this or any other project, in consideration for the firm's submitting a complementary bid, or agreeing to do so, on this project. 7. The Bidder has made a diligent inquiry of all members, officers, employees, and agents of the Bidder with responsibilities relating to the preparation, approval or submission of the firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act, or other conduct inconsistent with any of the statements and representations made in this Declaration. 8. As required by Section , Florida Statutes, the Bidder has fully informed the Central Florida Regional Transportation Authority, d/b/a LYNX in writing of all convictions of the firm, its affiliates (as defined in Section (1)(a), Florida Statutes), and all directors, officers, and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract or for violation of any state or federal law involving fraud, bribery, collusion, conspiracy, or material misrepresentation with respect to a public contract. This includes disclosure of the names of current employees of the firm or affiliates who were convicted of contract crimes while in the employ of another company. 9. The Bidder certifies that, except as noted below, neither the firm nor any person associated therewith in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, and/or position involving the administration of federal funds: i. is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions, as defined in 49 CFR s (a), by any federal department or agency ii. iii. iv. has within a three year period preceding this certification been convicted of or had a civil judgment rendered against it for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a federal, state, or local government transaction or public contract; violation of federal or state antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; is presently indicted for or otherwise criminally or civilly charged by a federal, state, or local governmental entity with commission of any of the offenses enumerated in paragraph 9(b) of this certification; and has within a three-year period preceding this certification had one or more federal, state, or local public government transactions terminated for cause or default. 10. The Bidder certifies that it shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this project by any federal agency unless authorized by the Central Florida Regional Transportation Authority, d/b/a LYNX. 11. The firm certifies that the bidder is not a nonresident alien, or a foreign corporation/entity formed under the laws of a country other than the United States. 12. The Bidder certifies that the company is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.

25 Form 9a, Lynx Where the Bidder is unable to declare or certify as to any of the statements contained in the above stated paragraphs numbered (1) through (12), the Bidder has provided an explanation in the "Exceptions" portion on page 4 of 4 or by attached separate sheet. CORPORATION: INDIVIDUAL OR FIRM TRADING AS: Bidder Bidder Signature: Signature: President or Vice President (Circle Title) Individual or Owner (Affix Corporate Seal) PARTNERSHIP Print Name JOINT VENTURE: Print Name Bidder Signature: Bidder Attorney-in-Fact Signature: General Partner (Circle Title) Print Name Print Name CONTRACTOR: (Seal) Signature: Signature: President or Vice President (Circle Title) General Partner (Circle Title) CONTRACTOR: (Seal) Print Name Signature: President or Vice President (Circle Title) LIMITED LIABILITY COMPANY: CONTRACTOR: (Seal) Signature: Contractor Manager or Member (Circle Title) Signature: President or Vice President (Circle Title) Print Name: Organized and existing under the laws of the State of and authorized to do business in the State of Florida, pursuant to the laws of the State of Florida, certificate of incorporation or organization or certificate of authority having been issued by the Florida Department of State. FAILURE TO FULLY COMPLETE AND EXECUTE THIS DOCUMENT MAY RESULT IN THE BID BEING DECLARED NONRESPONSIVE ATTACH BID BOND LYNX Contract No:

26 FORM PUR 1001 Florida Department of Transportation ATTACHED FORM PUR 1001 GENERAL INSTRUCTIONS TO RESPONDENTS This is a standard form (PUR 1001) from the Department of Management Services that the Department is required to include in all formal solicitations. The following paragraphs do not apply to this Request for Proposal: Paragraph 3, Electronic Submission Paragraph 4, Terms and Conditions Paragraph 5, Questions Paragraph 12, Public Opening Paragraph 13, Electronic Posting Paragraph, 14, Firm Response Paragraph, 19, Public Records Paragraph 20, Protests Paragraph 21, Limitation on Vendor Contact Contents 1. Definitions. 2. General Instructions. 3. Electronic Submission of Responses. 4. Terms and Conditions. 5. Questions. 6. Conflict of Interest. 7. Convicted Vendors. 8. Discriminatory Vendors. 9. Respondent s Representation and Authorization. 10. Manufacturer s Name and Approved Equivalents. 11. Performance Qualifications. 12. Public Opening. 13. Electronic Posting of Notice of Intended Award. 14. Firm Response. 15. Clarifications/Revisions. 16. Minor Irregularities/Right to Reject. 17. Contract Formation. 18. Contract Overlap. 19. Public Records. 20. Protests. 21. Limitation on Vendor Contact with Agency During Solicitation Period 1. Definitions. The definitions found in s. 60A-1.001, F.A.C. shall apply to this agreement. The following additional terms are also defined: (a) "Buyer" means the entity that has released the solicitation. The Buyer may also be the Customer as defined in the PUR 1000 if that entity meets the definition of both terms. (b) "Procurement Officer" means the Buyer's contracting personnel, as identified in the Introductory Materials. (c) "Respondent" means the entity that submits materials to the Buyer in accordance with these Instructions. Form PUR 1001, Page 1

27 (d) "Response" means the material submitted by the respondent in answering the solicitation. (e) "Timeline" means the list of critical dates and actions included in the Introductory Materials. 2. General Instructions. Potential respondents to the solicitation are encouraged to carefully review all the materials contained herein and prepare responses accordingly. 3. Electronic Submission of Responses. Respondents are required to submit responses electronically. For this purpose, all references herein to signatures, signing requirements, or other required acknowledgments hereby include electronic signature by means of clicking the "Submit Response" button (or other similar symbol or process) attached to or logically associated with the response created by the respondent within MyFloridaMarketPlace. The respondent agrees that the action of electronically submitting its response constitutes: an electronic signature on the response, generally, an electronic signature on any form or section specifically calling for a signature, and an affirmative agreement to any statement contained in the solicitation that requires a definite confirmation or acknowledgement. 4. Terms and Conditions. All responses are subject to the terms of the following sections of this solicitation, which, in case of conflict, shall have the order of precedence listed: Special Conditions and Instructions, Instructions to Respondents (PUR 1001), General Conditions (PUR 1000), and Introductory Materials. The Buyer objects to and shall not consider any additional terms or conditions submitted by a respondent, including any appearing in documents attached as part of a respondent s response. In submitting its response, a respondent agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Failure to comply with terms and conditions, including those specifying information that must be submitted with a response, shall be grounds for rejecting a response. 5. Questions. Respondents shall address all questions regarding this solicitation to the Procurement Officer. Questions must be submitted via the Q&A Board within MyFloridaMarketPlace and must be RECEIVED NO LATER THAN the time and date reflected on the Timeline. Questions shall be answered in accordance with the Timeline. All questions submitted shall be published and answered in a manner that all respondents will be able to view. Respondents shall not contact any other employee of the Buyer or the State for information with respect to this solicitation. Each respondent is responsible for monitoring the MyFloridaMarketPlace site for new or changing information. The Buyer shall not be bound by any verbal information or by any written information that is not contained within the solicitation documents or formally noticed and issued by the Buyer's contracting personnel. Questions to the Procurement Officer or to any Buyer personnel shall not constitute formal protest of the specifications or of the solicitation, a process addressed in paragraph 19 of these Instructions. 6. Conflict of Interest. This solicitation is subject to chapter 112 of the Florida Statutes. Respondents shall disclose with their response the name of any officer, director, employee or other agent who is also an employee of the State. Respondents shall also disclose the name of any State employee who owns, directly or indirectly, an interest of five percent (5%) or more in the respondent or its affiliates. 7. Convicted Vendors. A person or affiliate placed on the convicted Vendor list following a conviction for a public entity crime is prohibited from doing any of the following for a period of 36 months from the date of being placed on the convicted Vendor list: submitting a bid on a contract to provide any goods or services to a public entity; submitting a bid on a contract with a public entity for the construction or repair of a public building or public work; Form PUR 1001, Page 2

28 submitting bids on leases of real property to a public entity; being awarded or performing work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and transacting business with any public entity in excess of the Category Two threshold amount ($25,000) provided in section of the Florida Statutes. 8. Discriminatory Vendors. An entity or affiliate placed on the discriminatory vendor list pursuant to section of the Florida Statutes may not: submit a bid on a contract to provide any goods or services to a public entity; submit a bid on a contract with a public entity for the construction or repair of a public building or public work; submit bids on leases of real property to a public entity; be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with any public entity; or transact business with any public entity. 9. Respondent s Representation and Authorization. In submitting a response, each respondent understands, represents, and acknowledges the following (if the respondent cannot so certify to any of following, the respondent shall submit with its response a written explanation of why it cannot do so). The respondent is not currently under suspension or debarment by the State or any other governmental authority. To the best of the knowledge of the person signing the response, the respondent, its affiliates, subsidiaries, directors, officers, and employees are not currently under investigation by any governmental authority and have not in the last ten (10) years been convicted or found liable for any act prohibited by law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract. Respondent currently has no delinquent obligations to the State, including a claim by the State for liquidated damages under any other contract. The submission is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive response. The prices and amounts have been arrived at independently and without consultation, communication, or agreement with any other respondent or potential respondent; neither the prices nor amounts, actual or approximate, have been disclosed to any respondent or potential respondent, and they will not be disclosed before the solicitation opening. The respondent has fully informed the Buyer in writing of all convictions of the firm, its affiliates (as defined in section (1)(a) of the Florida Statutes), and all directors, officers, and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract for violation of any state or federal law involving fraud, bribery, collusion, conspiracy or material misrepresentation with respect to a public contract. This includes disclosure of the names of current employees who were convicted of contract crimes while in the employ of another company. Neither the respondent nor any person associated with it in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, or position involving the administration of federal funds: o Has within the preceding three years been convicted of or had a civil judgment rendered against them or is presently indicted for or otherwise criminally or civilly charged for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a federal, state, or local government transaction or public contract; violation of federal or state antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; or Form PUR 1001, Page 3

29 o Has within a three-year period preceding this certification had one or more federal, state, or local government contracts terminated for cause or default. The product offered by the respondent will conform to the specifications without exception. The respondent has read and understands the Contract terms and conditions, and the submission is made in conformance with those terms and conditions. If an award is made to the respondent, the respondent agrees that it intends to be legally bound to the Contract that is formed with the State. The respondent has made a diligent inquiry of its employees and agents responsible for preparing, approving, or submitting the response, and has been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in the response. The respondent shall indemnify, defend, and hold harmless the Buyer and its employees against any cost, damage, or expense which may be incurred or be caused by any error in the respondent s preparation of its bid. All information provided by, and representations made by, the respondent are material and important and will be relied upon by the Buyer in awarding the Contract. Any misstatement shall be treated as fraudulent concealment from the Buyer of the true facts relating to submission of the bid. A misrepresentation shall be punishable under law, including, but not limited to, Chapter 817 of the Florida Statutes. 10. Manufacturer s Name and Approved Equivalents. Unless otherwise specified, any manufacturers names, trade names, brand names, information or catalog numbers listed in a specification are descriptive, not restrictive. With the Buyer s prior approval, the Contractor may provide any product that meets or exceeds the applicable specifications. The Contractor shall demonstrate comparability, including appropriate catalog materials, literature, specifications, test data, etc. The Buyer shall determine in its sole discretion whether a product is acceptable as an equivalent. 11. Performance Qualifications. The Buyer reserves the right to investigate or inspect at any time whether the product, qualifications, or facilities offered by Respondent meet the Contract requirements. Respondent shall at all times during the Contract term remain responsive and responsible. In determining Respondent s responsibility as a Vendor, the agency shall consider all information or evidence which is gathered or comes to the attention of the agency which demonstrates the Respondent s capability to fully satisfy the requirements of the solicitation and the contract. Respondent must be prepared, if requested by the Buyer, to present evidence of experience, ability, and financial standing, as well as a statement as to plant, machinery, and capacity of the respondent for the production, distribution, and servicing of the product bid. If the Buyer determines that the conditions of the solicitation documents are not complied with, or that the product proposed to be furnished does not meet the specified requirements, or that the qualifications, financial standing, or facilities are not satisfactory, or that performance is untimely, the Buyer may reject the response or terminate the Contract. Respondent may be disqualified from receiving awards if respondent, or anyone in respondent s employment, has previously failed to perform satisfactorily in connection with public bidding or contracts. This paragraph shall not mean or imply that it is obligatory upon the Buyer to make an investigation either before or after award of the Contract, but should the Buyer elect to do so, respondent is not relieved from fulfilling all Contract requirements. 12. Public Opening. Responses shall be opened on the date and at the location indicated on the Timeline. Respondents may, but are not required to, attend. The Buyer may choose not to announce prices or release other materials pursuant to s (1)(b), Florida Statutes. Any person requiring a special accommodation because of a disability should contact the Procurement Officer at least five (5) workdays prior to the solicitation opening. If you are hearing or speech impaired, please contact the Buyer by using the Florida Relay Service at (800) (TDD). Form PUR 1001, Page 4

30 13. Electronic Posting of Notice of Intended Award. Based on the evaluation, on the date indicated on the Timeline the Buyer shall electronically post a notice of intended award at If the notice of award is delayed, in lieu of posting the notice of intended award the Buyer shall post a notice of the delay and a revised date for posting the notice of intended award. Any person who is adversely affected by the decision shall file with the Buyer a notice of protest within 72 hours after the electronic posting. The Buyer shall not provide tabulations or notices of award by telephone. 14. Firm Response. The Buyer may make an award within sixty (60) days after the date of the opening, during which period responses shall remain firm and shall not be withdrawn. If award is not made within sixty (60) days, the response shall remain firm until either the Buyer awards the Contract or the Buyer receives from the respondent written notice that the response is withdrawn. Any response that expresses a shorter duration may, in the Buyer's sole discretion, be accepted or rejected. 15. Clarifications/Revisions. Before award, the Buyer reserves the right to seek clarifications or request any information deemed necessary for proper evaluation of replies from all respondents deemed eligible for Contract award. Failure to provide requested information may result in rejection of the response. 16. Minor Irregularities/Right to Reject. The Buyer reserves the right to accept or reject any and all bids, or separable portions thereof, and to waive any minor irregularity, technicality, or omission if the Buyer determines that doing so will serve the State s best interests. The Buyer may reject any response not submitted in the manner specified by the solicitation documents. 17. Contract Formation. The Buyer shall issue a notice of award, if any, to successful respondent(s), however, no contract shall be formed between respondent and the Buyer until the Buyer signs the Contract. The Buyer shall not be liable for any costs incurred by a respondent in preparing or producing its response or for any work performed before the Contract is effective. 18. Contract Overlap. Respondents shall identify any products covered by this solicitation that they are currently authorized to furnish under any state term contract. By entering into the Contract, a Contractor authorizes the Buyer to eliminate duplication between agreements in the manner the Buyer deems to be in its best interest. 19. Public Records. Article 1, section 24, Florida Constitution, guarantees every person access to all public records, and Section , Florida Statutes, provides a broad definition of public record. As such, all responses to a competitive solicitation are public records unless exempt by law. Any respondent claiming that its response contains information that is exempt from the public records law shall clearly segregate and mark that information and provide the specific statutory citation for such exemption. 20. Protests. Any protest concerning this solicitation shall be made in accordance with sections (3) and (2) of the Florida Statutes and chapter of the Florida Administrative Code. Questions to the Procurement Officer shall not constitute formal notice of a protest. It is the Buyer's intent to ensure that specifications are written to obtain the best value for the State and that specifications are written to ensure competitiveness, fairness, necessity and reasonableness in the solicitation process. Section (3)(b), F.S. and Section , Fla. Admin. Code require that a notice of protest of the solicitation documents shall be made within seventy-two hours after the posting of the solicitation. Form PUR 1001, Page 5

31 Section (3)(a), F.S. requires the following statement to be included in the solicitation: "Failure to file a protest within the time prescribed in section (3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes." Section , Fla. Admin. Code requires the following statement to be included in the solicitation: "Failure to file a protest within the time prescribed in Section (3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 21. Limitation on Vendor Contact with Agency During Solicitation Period. Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response. Form PUR 1001, Page 6

32 State of Florida Department of Transportation Form No. 10 FAX ORDER FORM, REQUEST FOR PROCUREMENT DOCUMENTS District Five Central Florida Fare Collection System Equipment, SunRail RFP DOT TVM SunRail Only FAX NO ATTENTION: Daniel Deily, Purchasing Agent Phone: Contractors that would like to receive the SunRail Draft Fare Policy Document, Station Platform and electrical plans for this contract are required to return this form via Fax to the number listed above. The Contractor may pick up the CD/DVD between 8:00am and 5:00pm at the DeLand District Office, 719 S. Woodland Blvd, DeLand, FL The Department will ship via UPS Ground or USPS, Allow 1 5 Days for delivery. At the Contractors request and expense the Department will ship Overnight via UPS. Requests received by 12:00 noon will be shipped the same day, requests received after 12:00 noon will be shipped the following day. Provide Account Number Date: Company Name: Contact Name: Phone No. Contact Address: Alternate Address: Ship to Information: Ship To Address: Street City State Zip Signature Required for Receipt of Records: I, personally, and/or as a representative of the above entity, fully understand the exempt nature of the public records I am receiving and agree to maintain the exempt status of this information in accordance with Florida law. Requestor Name: Requestor Signature 16

33 State of Florida Department of Transportation REQUEST FOR PROPOSAL CENTRAL FLORIDA FARE COLLECTION SYSTEM EQUIPMENT RFP-DOT TVM Purchasing Agent: Daniel Deily Fax: (386) Phone: (386) Florida Department of Transportation District Five Procurement Services, M.S.# South Woodland Boulevard DeLand, Florida

34 I N T R O D U C T I O N S E C T I O N 1) INVITATION This will be a joint procurement for Fare Collection System Equipment between the State of Florida, Department of Transportation (hereinafter referred to as the "Department"), and the Central Florida Regional Transportation Authority, d/b/a LYNX (hereinafter referred to as LYNX), pursuant to an Inrterlocal Agreement. The Department and LYNX are soliciting interested Vendors for the Procurement of Fare Collection System Equipment including Full Service Ticket Vending Machines (FSTVM s), Cashless Ticket Vending Machines (CTVM s), Ticket Validator Units, Handheld Ticket Validator Units, Point of Sale Machines, Fare Media in the form of Re-Usable Smart Cards and Limited Use (Paper) Smart Cards, Spare Parts, Special Tools, Machine Servicing Equipment, Maintenance Plans, Training, Central Data Collection and Information System Equipment, including but not limited to servers, Desktops, Peripheral, and Networks (Back of House Equipment), and Warranties. It is the intention of this RFP that two separate and distinct contracts result from this solicitation. Once a Vendor has been selected and awarded the contracts, the Department and LYNX may each contract separately and directly with the Vendor for any equipment required. Funding for the Department contract is exclusively the responsibility of the Department, and funding for the LYNX contract is exclusively the responsibility of LYNX. The Department and LYNX will each require a separate Bid Bond. Bid Bonds are further defined in section 3.6 of this Request for Proposal. The contact with the Department will be composed of documents specific to the Department. The contract with LYNX will be composed of documents specific to LYNX. The Lynx contract documents exclusively apply to the contract between the Vendor and LYNX awarded after the Vendor is selected. The LYNX contract documents are not part of the Department s contract documents and will not be deemed to override, add to, or modify the Department s contract documents. Neither will the LYNX contract documents be deemed to override, add to, or modify the provisions of the RFP, except for the sole purpose of identifying the contract that will be entered into between the Vendor and LYNX. Each Proposer shall submit one total Price Proposal regarding the procurement. After Selection of the Vendor the award will result in the allocation of the individual items to two contracts based on the requirements of the Department and the requirements of LYNX. Overview: The Department requires a fully functional Fare Collection System for the Central Florida Commuter Rail Transit (CFCRT) System (also referred to as Sunrail). The Fare Collection System must be capable of handling all necessary transactions and functions for the successful operation of the SunRail System as described in Exhibit A Scope of Services, Exhibit D Fare Collection System Equipment Specifications, and Exhibit E, CFCRT Business Rules, and be compatible with the GFI Genfare Odyssey Fareboxes used by LYNX and the County of Volusia, d/b/a Votran, (hereinafter referred to as Votran. The Department s Initial Procurement will cover the period from April 2012 through May The Fare Collection System Equipment will include Full Service Ticket Vending Machines (FSTVM s), Cashless Ticket Vending Machines (CTVM s), Ticket Validator Units, HandHeld Ticket Validator Units, Point of Sale Machines, Fare Media in the form of Re-Usable Smart Cards and Limited Use (Paper) Smart Cards, Spare Parts, Special Tools, Machine Servicing Equipment, Maintenance Plans, Training, Central Data Collection and Information System Equipment, including but not limited to servers, Desktops, Peripheral, and Networks (Back of House Equipment) and Warranties. The Fare Collection System Equipment must be compliant with Payment Card Industry (PCI) Standards and the Vendor will be required to provide certification of compliance. The Back of House Equipment will include auditing, transaction clearing, reporting and monitoring equipment, as well as data processing equipment. Currently it is expected that a third party transaction clearing contractor (possibly the Operations and Maintenance Contractor) will handle the transaction clearing for the SunRail system. The Vendor will be required to coordinate with 18

35 the third party transaction clearing contractor and ensure that the Fare Collection System Equipment is fully functional and operational. For bidding purposes estimated quantities of each type of equipment are shown on Exhibit C, Price Proposal Form. The Draft SunRail Fare Policy document, Station Platform and electrical plans will be made available to Proposers as requested. Proposers may require these documents and plans to complete the Technical and Price Proposal. These may be obtained from the Department by completing Form No. 10, Fax Order Form and returning it to the Department as indicated on that form. Fare Collection System Equipment: Interested Vendors must register as set forth in the special conditions section. The intent of this procurement is to obtain and install a fully functional and ADA compliant ticketing system that is operational in all aspects including the communication links. Upon completion of the initial procurement by the Department, operation of the Department s (SunRail) Fare Collection System will be turned over to a third party transaction clearing contractor (possibly the Operations and Maintenance (O&M) Contractor). The Vendor will be responsible for Warranty Repairs during the warranty period and coordination of the repairs with the O&M Contractor and the Chief Operating Officer (COO). The Department s contract includes an Option for the Vendor to provide Maintenance Repair Services (Maintenance Plan) for up to a Five (5) year period with a renewal option for up to an additional five years. The Department contract and the LYNX contract will each include the Option for the procurement of Additional Equipment as shown in Form No. 2; page C-2, Additional Optional Equipment. Estimated Quantities are provided for pricing purposes only. At the Department s sole discretion orders may be issued for additional Optional Equipment on a per unit basis. This option will include the installation of all optional Fare Collection System Equipment, as well as the Option for the Maintenance and Operation of the Fare Collection System and Equipment. All Optional Equipment shall be installed, tested, fully functional, and integrated with the Initial Procurement equipment. The Prices for the Department s optional equipment shall be valid for orders placed no later than July 2015 The Prices for the LYNX s optional equipment shall be valid for orders placed no later than July 2015 See Exhibit C page C-2 for estimated optional equipment quantities and details. The Vendor will be required to coordinate with the Central Florida Commuter Rail Transit (CFCRT) Design/Build Contractor, which is responsible for building the Operations Control Center (OCC) within the Vehicle Storage and Maintenance Facility, where it is anticipated the Back of House Equipment will be located. This coordination will include scheduling the delivery, installation, testing, integration and secure storage of the Fare Collection System Equipment. Further, the Vendor will be required to coordinate with the CFCRT Station Finishes Contractors and the CFCRT Construction Engineering and Inspection Contractor (CEI) regarding scheduling, delivery, inspection, receipt, installation and secure storage of the Fare Collection System Equipment at the station platforms, as the Station Finishes Contractors are responsible for providing the platform amenities and finishes. The Vendor will be required to coordinate with the Vehicle Manufacturer regarding the testing of the Handheld Ticket Validation Units such that the testing and acceptance are complete prior to commencement of revenue service. The CFCRT CEI will assist in the coordination between the Vendor, the Design/Build Contractor, and the vehicle manufacturers. Finally, the Vendor will also be required to coordinate with the CFCRT Third Party Transaction Clearing Contractor, Operations and Maintenance Contractor and the Chief Operating Officer (COO) regarding testing and acceptance of all Fare Collection System Equipment delivered to the CFCRT Project. The Station Platforms will be cast-in-place concrete pads that will be constructed by the Design/Build Contractor. The anticipated completion date for the Operations Control Center (OCC) located within the Vehicle Storage and Maintenance Facility is January The Vendor will coordinate with the Design Build Contractor for installation and testing of the Back of House Equipment which may be housed in the OCC. The anticipated schedule for completion of station platform concrete pads is from. July 2012 to November, The Station Finishes Contractors will then follow with completion of all finishes and amenities on the station platforms. It is anticipated the Vendor will have access to the Station platforms beginning in July The Vendor shall coordinate its installation schedule for the fare collection 19

36 system with the Station Finishes Contractor but should plan on completion of all installations, including testing and acceptance, by the start of systems integration testing forecast to start in August The schedule for vehicle (coaches and cab car) delivery is from May 30, 2013 to October 1, LYNX requires fare collection and validation equipment which must be compatible with the GFI Genfare Odyssey fareboxes currently in use. The Department s CFCRT fare collection system must be designed to support fully integrated, seamless transfers between LYNX and Votran feeder bus services to/from CFCRT stations. In order to accomplish this goal, the fare collection systems for SunRail, LYNX, and Votran need to be fully integrated so that passengers can readily transfer between the bus and rail services. LYNX and Votran fareboxes onboard buses will need to be able to read SunRail fare media, and SunRail Ticket Vending Machines and Station Ticket Validators need to be able to read Lynx and Votran fare media. The Vendor shall be responsible to detail in its Technical Proposal the best solution to making SunRail, LYNX and Votran fare equipment compatible. This option will not be part of the Departments contract. This option will be part of the LYNX contract. Costs associated with the retrofit of all busses will be at the expense of LYNX and Votran and should not be included in the base validator price. Interested Vendors must submit a Technical Proposal, and a Price Proposal, by the date and time specified to the location cited in Section 3 below. Specific requirements for the Technical and Price Proposals are outlined in Section 11 of this Request for Proposal. All Proposals will be evaluated in accordance with Section 18 of this Request for Proposal. The process for selecting a single Vendor to provide the goods and services described herein to the Department and to LYNX requires submission of Competitive Sealed Technical and Price Proposals to provide the Fare Collection System Equipment. Subject to the Qualifications outlined in this Request for Proposal, the Department will select a single firm to provide the Fare Collection System Equipment. The Department intends to award a contract with the Department and a contract with LYNX to the responsive and responsible Proposer whose Proposal is determined to be the most advantageous to the State. After the award, said Proposer will be referred to as the Vendor. For the purpose of this document, the term "Proposer" means the prime Vendor acting on its own behalf and those individuals, partnerships, firms, or corporations comprising the Proposer team. The term "Proposal" means the complete response of the Proposer to the Request for Proposals (RFP), including properly completed forms and supporting documentation. 2) DETAILS OF SERVICES Details of the desired /services, information and items to be furnished by the Vendor are described in more detail in the documents shown in Section 20 of this Request for proposal 3) TIMELINE Provided below is a list of critical dates and actions. These dates are subject to change. Notices of changes (addenda) will be posted on the Florida Vendor Bid System at (click on BUSINESS, click on Doing Business with the State, under Everything for Vendors and Customers, click on Vendor Bid System (VBS), click on Search Advertisements ) under this RFP number. It is the responsibility of all potential Proposers to monitor this site for any changing information prior to submitting your Proposal. ACTION / LOCATION DATE LOCAL TIME 20

37 ADVERTISEMENT VBS - February 8, :00PM DEADLINE FOR TECHNICAL QUESTIONS - March 13, :00PM ANSWERS TO TECHNICAL QUESTIONS POSTED March 23, :00PM PROPOSALS DUE (Technical and Price) - April 6, :00PM Daniel Deily, M.S.#524 Florida Department of Transportation 719 South Woodland Boulevard DeLand, Florida Phone , PUBLIC OPENING (Technical Proposal) - April 6, :00PM Volusia County Conference room, Fourth floor Florida Department of Transportation 719 South Woodland Boulevard DeLand, Florida PUBLIC MEETING OF THE TECHNICAL REVIEW COMMITTEE AND ADVISORS, if applicable and necessary Cypress A & B Conference rooms, First Floor Florida Department of Transportation 719 South Woodland Boulevard DeLand, Florida PUBLIC MEETING TO AVERAGE TECHNICAL SCORES, OPEN PRICE PROPOSALS AND DETERMINE INTENDED AWARD - Cypress A & B Conference rooms, First floor Florida Department of Transportation 719 South Woodland Boulevard DeLand, Florida SELECTION COMMITTEE MEETING TO AWARD - Secretary s Conference room, fourth floor Florida Department of Transportation 719 South Woodland Boulevard DeLand, Florida POSTING OF INTENDED AWARD - **All postings on VBS seventy-two (72) hours April 26, :00AM May 3, :00AM May 7, :15 AM May 7, :00 AM ANTICIPATED AWARD - May 10, 2012 ANTICIPATED EXECUTION - May 24, 2012 ANTICIPATED DEMONSTRATION SERVICES COMMENCEMENT DATE August 1, ) AGENDA FOR PUBLIC MEETINGS Agenda - Opening of Technical Proposals Starting Time, See Timeline section - Opening Comments, Introductions - Open Technical Proposals and announce names of submitting firms 21

38 - Adjourn meeting Agenda - Technical Review Committee and Advisor Meeting, if applicable Starting Time, See Timeline section - Opening Comments, Introductions - Project overview, Timeline - Evaluation Requirements - Comments from Technical Advisors, if applicable - Questions from Technical Review Committee to the Advisors and responses, if applicable - Adjourn meeting Agenda - Public Meeting to Average Technical Scores, Open Price Proposals and Determine an Intended Award Starting Time: see the Timeline - Opening Comments, Introductions - Open Technical Scores Calculate Average Technical evaluation scores - Announce Technical Scores - Announce the firms and their Price(s) as Proposals are opened - Calculate Price Proposal Scores - Calculate Total Scores (Technical Score plus Price Proposal Score) - Announce Total Scores - Announce time and date of Selection Committee Intended Award meeting. - Adjourn Agenda Selection Committee Meeting to Summarize Evaluations and Determine Anticipated Award Starting Time: see the Timeline - Summarize Technical Evaluation Scores - Summarize Price Proposal Scores - Summarize Total Scores (Technical Scores plus Price Proposal Scores) - Announce Anticipated Award decision - Announce time and date decision will be posted on the Vendor Bid System (VBS) - Adjourn 5) SPECIAL ACCOMMODATIONS Any person with a qualified disability requiring special accommodations at a Pre-Proposal conference, public meeting, oral presentation and/or opening shall contact the contact person at the phone number, address or fax number provided on the title page at least five (5) working days prior to the event. If you are hearing or speech impaired, please contact this office by using the Florida Relay Services which can be reached at 1 (800) (TDD). S P E C I A L C O N D I T I O N S 1) MyFloridaMarketPlace Since July 1, 2003, the Department has been using the State of Florida s web-based electronic procurement system, MyFloridaMarketPlace. PROPOSERS MUST BE REGISTERED IN THE STATE OF FLORIDA S MYFLORIDAMARKETPLACE SYSTEM BY THE TIME AND DATE OF THE TECHNICAL PROPOSAL OPENING OR THEY WILL BE CONSIDERED NON-RESPONSIVE (see Special Condition 17). All prospective Proposers that are not registered should go to to complete on-line registration, or call for assisted registration. 22

39 All payment(s) to the vendor resulting from this competitive solicitation WILL be subject to the 1% MFMP Transaction Fee 2) QUESTIONS & ANSWERS In accordance with section (23), Florida Statutes, respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response. No negotiations, decisions, or actions will be initiated or executed by a Proposer as a result of any oral discussions with a State employee. Only those communications which are in writing from the Department will be considered as a duly authorized expression on behalf of the Department. All questions arising from this Request for Proposal must be forwarded in writing as described herein. Direct all questions to the Department by posting them to the Department s website at the following URL address: www2.dot.state.fl.us/construction/d5. Questions posted to this site before 12:00 P.M. (EST) on March 13, 2012, will be responded to by the Department as they are received. For questions posted after this date, an answer cannot be assured. For all questions posted before the deadline, the Department will provide and post responses at the VBS website and the Department website by 5:00PM: EST on March 23, The Proposer must take the responsibility to review and be familiar with all questions and responses posted to this website and to make any necessary adjustments in the proposal accordingly. If the Department s web site cannot be accessed, contact Jonathan Duazo at (386) When, in the sole judgment of the Department, responses require revisions to any procurement document an addendum will be issued by the Department and posted on the VBS website and the Department website shown below.. The Department s written response to written inquiries submitted timely by Proposers will also be posted on the Florida Vendor Bid System at (click on BUSINESS, click on Doing Business with the State, under Everything for Vendors and Customers, click on Vendor Bid System (VBS), click on Search Advertisements ),Responses will also be posted to the Department s website at the following URL address: under this RFP number. It is the responsibility of all potential Proposers to monitor these sites for any changing information prior to submitting their Proposal. Notices of changes, Addenda will be posted on the Department s website at the following URL address: and on the Florida Vendor Bid System at (click on BUSINESS, click on Doing Business with the State, under Everything for Vendors and Customers, click on Vendor Bid System (VBS), click on Search Advertisements ) under this RFP number. It is the responsibility of all potential Proposers to monitor this site for any changing information Each Proposer must acknowledge the receipt of all addenda by signature and subsequent submission of addenda signed addenda via fax to the Department. 3) QUALIFICATIONS AND REQUIREMENTS The requirements of sections 3.1, 3.2, 3.3, 3.4, 3.5 and 3.6 below are threshold requirements and failure to meet those requirements shall disqualify the Proposer. 3.1 Fare Collection System Experience The Proposer shall have a minimum of five (5) years of experience and a minimum of three (3) successful past projects for the manufacturing, installation and implementation of a fare collection system 23

40 for a passenger Rail system with Intercity Rail utilizing the same infrastructure. The Proposer shall have experience in the implementation of this type of system for a Government or Transportation agency. This information shall be provided in the Past Performance Section of the Technical Proposal. The Proposer shall also have experience providing equipment for Local Transit Agencies (busses). The Proposer must also demonstrate they meet all Federal, State and local laws, ordinances, rules and regulations that in any manner affect this work. 3.2 Qualifications of Key Personnel Those individuals who will be directly involved in the project should have demonstrated experience in the areas delineated in the scope of work. Individuals whose qualifications are presented will be committed to the project for its duration unless otherwise excepted by the Department's Project Manager. Where State of Florida registration or certification is deemed appropriate, a copy of the registration or certificate should be included in the Proposal package. The Proposer must submit with its Technical Proposal copies of any and all Licenses, Registrations and / or Certifications that apply to the work described in Exhibits A, Scope of Services, D, Fare Collection System Equipment Specifications, and E, CRCRT Business Rules. 3.3 Authorized To Do Business in the State of Florida In accordance with Sections , , and , Florida Statutes, foreign corporations, foreign limited liability companies, and foreign limited partnerships must be authorized to do business in the State of Florida. Such authorization must be obtained prior to submitting a Technical and Price Proposal. Failure to obtain the required authorization by the deadline will result in the Proposer being declared non-responsive and the contract may be awarded to the next highest ranked responsive Proposer. For information regarding authorization, contact: Florida Department of State Tallahassee, Florida (850) Licensed to Conduct Business in the State of Florida If the business being provided requires that individuals be licensed by the Department of Business and Professional Regulation, such licenses must be obtained prior to submitting a Technical and Price Proposal. Failure to obtain the required authorization by the deadline will result in the Proposer being declared non-responsive and the contract award being made to the next ranked Proposer. For licensing information contact: Florida Department of Business and Professional Regulation Tallahassee, Florida (850) UNAUTHORIZED ALIENS The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract. 3.6 Bid Bond 24

41 The Department and Lynx will each require a bid bond based on the Price Proposal for the Department and LYNX as shown in Exhibit C, Initial Procurement. The Proposer shall provide two separate bid bonds equaling Five Percent (5%) of the total bid, The Proposer shall provide one bid bond equaling Five Percent (5%) of the Department s Initial Procurement price payable to the Florida Department of Transportation, and the Proposer shall provide one bid bond equaling Five Percent (5%) of LYNX s Initial procurement price payable to the Central Florida Transportation Authority, d/b/a LYNX. If the Proposer fails to execute a contract with the Department under the conditions of this Request for Proposal, the bid Guaranty to the Department shall be forfeited. If the Proposer fails to execute a contract with the LYNX under the conditions of this Request for Proposal, the bid Guaranty to the LYNX shall be forfeited. Said guaranty is to be returned to the Bidder upon delivery of a satisfactory Performance Bond. 3.7 Florida Department of Financial Services (DFS) W-9 INITIATIVE The Florida Department of Financial Services (DFS) is requiring all vendors that do business with the state to submit an electronic W-9 by March 5, Vendors must submit their W-9 forms electronically at before March 5, 2012 to receive further payments from the state. Contact the DFS Customer Service Desk at (850) or FLW9@myfloridacfo.com with any questions. 4) PROPOSERS FACILITIES 4.1 Review of Proposer s Facilities After the Proposal due date and prior to contract execution, the Department reserves the right to perform or have performed an on-site review of the Proposer's facilities and qualifications. This review will serve to verify data and representations submitted by the Proposer and may be used to determine whether the Proposer has an adequate, qualified, and experienced staff to provide the required services. The review may also serve to verify whether the Proposer has financial capability adequate to meet the contract requirements. 4.2 Disqualification Should the Department determine that the Proposal has material misrepresentations or that the size or nature of the Proposer's facilities or the number of experienced personnel (including professional and/or technical staff) are not adequate to ensure satisfactory contract performance, the Department has the right to reject the Proposer and no longer consider it for this procurement. 5) DIVERSITY ACHIEVEMENT DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION The Department encourages DBE firms to compete for Department contractual services projects, and also encourages non-dbe and other minority contractors to use DBE firms as sub-contractors. The Department, its contractors, suppliers, and consultants shall take all necessary and reasonable steps to ensure that disadvantaged businesses have an opportunity to compete for and perform contract work for the Department in a nondiscriminatory environment. The Department shall require its contractors, suppliers, and consultants to not discriminate on the basis of race, color, national origin, religion, gender, age, or disability in the award and performance of its contracts. Proposers are requested to indicate their intention regarding DBE participation on the Anticipated DBE Participation Statement and to submit that Statement with the Original copy of their Technical Proposal. Federal law requires states to maintain a database of all firms that are participating or attempting to 25

42 participate in DOT-assisted contracts. To assist the Department in this endeavor, Proposers are requested to submit Bidder s Opportunity List with the Original copy of their Technical Proposal. The list should include yourself as well as any prospective sub-contractor that you contacted or who has contacted you regarding the project. To request certification or to locate DBEs, call the Department of Transportation s Equal Opportunity Office at (850) , or access an application or listing of DBEs on the Internet at 6) COSTS INCURRED IN RESPONDING This Request for Proposal does not commit the Department or any other public agency to pay any costs incurred by an individual firm, partnership, or corporation in the submission of a Proposal or to make necessary studies or designs for the preparation thereof, nor to procure or contract for any articles or services. 7) PROTEST OF REQUEST FOR PROPOSAL SPECIFICATIONS Any person who is adversely affected by the contents of this Request for Proposal must file the following with the Department of Transportation, Clerk of Agency Proceedings, Office of the General Counsel, 605 Suwannee Street, Mail Station 58, Tallahassee, Florida : 1. A written notice of protest within seventy-two (72) hours after the posting of the solicitation, And, 2. A formal written protest in compliance with Section (3), Florida Statutes, within ten (10) days of the date on which the written notice of protest is filed. Failure to file a protest within the time prescribed in section (3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 8) TECHNICAL REVIEW AND SELECTION COMMITTEE The Department will appoint a Technical Review Committee that will be composed of a minimum of three (3) persons who collectively have experience and knowledge in contract procurement. The committee will be involved in the reviews/evaluations, presentations, and recommendation for award. The Technical Review Committee may be assisted by one or more technical advisors with specific expertise required to review the Technical Proposals. A Selection Committee will be established and will make all final procurement decisions. 9) AWARD OF THE CONTRACTS The contracts will be awarded to the responsible and responsive Proposer whose Proposal is determined to be the most advantageous to the State. The Department will hold a public meeting of the Selection Committee to review the Technical Proposal scores, Price Proposal scores and Total scores of the Proposers. The Selection Committee will adjust the Technical and Price Proposal scores as it deems appropriate. After review and adjustment, if any, the total of the Technical Proposal score and the Price Proposal score will be determined for each responsive Proposer. The Proposer with the highest Total Score will be the apparent winner. If the Department is confronted with identical scoring from multiple Proposers, the Department shall determine the order of award in accordance with Rule 60A-1.011, Florida Administrative Code. The final decision will be determined by the Selection Committee. A statement will be placed in the procurement file that explains the basis for Proposer selection. The Department reserves the right to reject any Proposal submitted with an un-reasonably high or unreasonably low Price Proposal Amount. The Department reserves the right to accept or reject any or 26

43 all Technical Proposals and Price Proposals received. The Department is not obligated to execute a contract and may terminate this solicitation at any time. 10) PRE-PROPOSAL CONFERENCE No Pre-Proposal conference will be held. 11) PROPOSAL FORMAT INSTRUCTIONS 11.1 General Information This section contains instructions that describe the required format for the Proposal. All Proposals submitted shall contain two parts and be marked as follows: PART I TECHNICAL PROPOSAL NUMBER RFP-DOT TVM (One Separately Sealed Package for Technical Proposals) PART II PRICE PROPOSAL NUMBER RFP-DOT TVM (One Separately Sealed Package for Price Proposals) THE SEPARATELY SEALED PACKAGES MAY BE MAILED TOGETHER IN ONE ENVELOPE OR BOX Technical Proposal TECHNICAL AND PRICE PROPOSALS All Vendors interested in this procurement are required to submit both a Technical Proposal and a Price Proposal. The Technical Proposal of the Vendor which is awarded the contracts will become part of the contract with the Department, except that section 5.0 On-Board Smart Media Processors of Exhibit D does not apply to the Department s contract, and will become part of the contract with LYNX, except that sections 3.0 Station Platform Ticket Validators, 4.0 Handheld Ticket Validator and Sub-section Operations and Maintenance Support of Exhibit D do not apply to the LYNX contract. The price should be a firm fixed price in U.S. Dollars at which the Vendors shall perform all work required under the contract. Technical Proposal: Proposer shall submit the following quantities of the Technical Proposal, one (1) Original hard copy (Clearly marked ORIGINAL ), Twelve (12) hard copies, and one (1) copy on CD/DVD to be included in the Original hard copy. Do not include price information in the Technical Proposal. The Technical Proposals shall be on 8-1/2 x 11 with a minimum font size of 11 point and minimum margins of 1 on all sides. The Technical Proposal shall be a maximum of 75 single sided pages, including graphics, but excluding resumes, required Certifications, Licenses and required forms. Resumes will not be included in the total page count but should be limited to one page each. No oversized pages (larger than 8-1/2 x 11 ) are permitted in the Technical Proposal. Each Firm shall complete and submit with the Technical Proposal the Vendor Data Sheet (Form No. 3) see the attached forms section 22, which shall include contact information for the organization submitting the Proposal; whether the organization is an individual, partnership, corporation or joint venture; and the name, address, telephone number, and address of the contact person who will be authorized to represent the Firm, and local contact information. Forms 1 through 9 shall be submitted as follows: The Original copy of the Technical Proposal shall include in a separate section: Forms no. 1, 3, 4, 5, 6, 7, and the completed certificates in Exhibit F Required Contract 27

44 Provisions Federal Transit Administration Federal Aid Contract The Price Proposal Package shall include: Forms No. 2, (Pages C-1 through C-6 of the RFP) and Forms No. 8, 8a, 9 and 9a. The following elements must be addressed in the Technical Proposal: 1. Technical Approach Respond to technical specifications identified in Exhibit D Fare Collection System Equipment Specifications a. Provide a detailed organization chart (with names) of the project staff including management, software development, engineering, industrial design, manufacturing, and installation. b. Indicate your experience in complying with Payment Card Industry Standards and protecting customer personally identifiable information. c. Identify the potential subcontractor(s) for the software development. Identify the type of equipment (i.e. IT hardware, software, servers, etc.) being considered and where and in what quantities this type of equipment is in use. Indicate where this equipment will be manufactured and assembled and how it complies with Exhibit F, Buy America requirements. d. Detail your firm s approach to coordination and interface with the CFCRT Design/Build Contractor, the CFCRT Station Finishes Contractors, the Vehicle Manufacturer, the Third Party transaction clearing contractor, the CFCRT Operations and Maintenance Contractor, the Chief Operating Officer, and LYNX. e. Detail your firm s approach to development and implementation plan to maintain an aggressive delivery schedule and meet the final acceptance date. f. Identify the operational integrity of existing similar Fare Collection Systems as defined through recorded Reliability Rates. g. Provide technical specifications for all equipment and services described in Exhibit D. The proposal should list all exceptions to the technical specifications described in Exhibit D and your firm s alternative solutions should be clearly and completely described. h. Provide in detail your firm s plan to ensure the proposed system is compatible with the GFI Genfare Odyssey Farebox system currently in use by LYNX and Votran. i. Detail your firm s approach to the Warranty program, including the warranty period, response times, issue resolution times and warranty spare parts plan. 2. Manufacturing Plan a. List the work to be performed by the prime contractor and the location(s) at which this work will be performed. If software development or major manufacture / assembly is to be performed by subcontractors, identify by name and work locations. b. Provide a schedule for delivery of the Fare Collection System Equipment. It should include installation and on-site testing of all Fare Collection System Equipment prior to commencement of Demonstration Services. Fare Collection System Testing is anticipated to begin in August 2013 c. Indicate how you will provide on-site and warranty support in Central Florida. 28

45 3. Past Performance a. List (in a matrix format) all contracts for similar Fare Collection System Equipment for the past five (5) years*, including customer, system design, type of equipment, quantity, major vendors, brief description of the Fare Collection System Equipment, contractual delivery schedule budget, actual delivery schedule and cost. List a contact person for each customer, including name, title, address and telephone number. Also describe whether the Fare Collection System Equipment delivered was of an existing design or an entirely new design. *Past five (5) years shall include all existing active contracts inclusive of warranty stage as well as any executed contracts during this period. b. Indicate your experience with the design and manufacture of fare collection system equipment and operational systems. To do this, provide a matrix that includes: the transit agency; number of TVMs and Validation Equipment; date of contract; and duration of contract from NTP to start up. Identify key staff s experience on these projects and role on this project. c. Indicate how your firm meets the threshold requirement of a minimum of five (5) years of experience and a minimum of three (3) successful past projects for the manufacturing, installation and implementation of a fare collection system for a passenger Rail system with Intercity Rail utilizing the same infrastructure. 4. Quality Assurance a. Provide a plan outline of the Quality Assurance Plan that includes the project planning, project execution and control, project review and evaluation and project closure. The outline should include details of approach, organization, sample procedures, sample documentation, and feedback mechanisms. Include quality control/quality assurance role at the final assembly site. 5. Acceptance and Testing Plan a. Describe the acceptance and testing plan/process for the Fare Collection System Equipment (including detailed outline of the testing proposed, schedule, and mitigation or float for when test results are not acceptable) Price Proposal (Initial Procurement) Proposers shall submit one (1) original and one (1) copy of the Price Proposal. The Price Proposal information shall be submitted on the Bid Price Proposal form (Form No. 2) provided in this RFP. The Contract will be awarded based on the formula shown in section Only the Price Proposals of the proposers that receive a score of 70 points or higher on the Technical Proposal will be evaluated. The Basis for scoring the Price Proposal for the Initial Procurement shall be the Lump Sum price for all Equipment, Fare Media, Spare Parts, Special Tools, Optional Equipment Maintenance Plans, Training Plans, Central Data Collection and Information System, and Warranty Plan. The Price Proposal form must be completed in its entirety, bid items left blank will cause the proposal to be deemed nonresponsive. 12) PROPRIETARY INFORMATION 12.1 COPYRIGHTED MATERIAL Copyrighted material will be accepted as part of a Proposal only if accompanied by a waiver that will allow the Department to make paper and electronic copies necessary for the use of Department staff and agents. It is noted that copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Therefore, such material will be subject to viewing by the public, but copies of the 29

46 material will not be provided to the public. 12.2) TRADE SECRETS The Proposer must include any materials it asserts to be trade secrets under Florida law in a separate bound document labeled "Attachment to Request for Proposal, Number RFP-DOT TVM Trade Secrets". Any claim of confidentiality on materials placed elsewhere in the Proposal will be considered waived by the Proposer upon submission of the documents. 13) ADDITIONAL TERMS & CONDITIONS No conditions may be applied to any aspect of the RFP by the Proposer. Any conditions placed on any aspect of the Proposal documents by the Proposer may result in the Proposal being rejected as a conditional Proposal (see RESPONSIVENESS OF PROPOSALS ). DO NOT WRITE IN CHANGES ON ANY RFP SHEET. The only recognized changes to the RFP prior to Proposal opening will be a written addenda issued by the Department. 14) SUBMISSION OF PROPOSALS MAIL OR DELIVER PROPOSALS TO: (DO NOT FAX or ) Daniel Deily, Purchasing Agent Florida Department of Transportation District Five Procurement Services M.S.# South Woodland Boulevard DeLand, FL It is the Proposer's responsibility to assure that the Proposal (Technical and Price Proposal) is delivered to the Proper place on or before the Proposal Due date and time (See Introduction Section 3 Timeline). Proposals which for any reason are not so delivered will not be considered. By submitting a Proposal, the Proposer represents that it understands and accepts the terms and conditions to be met and the character, quality and scope of services to be provided. All Proposals and associated forms shall be signed and dated in ink by a duly authorized representative of the Proposer. Each Proposer shall fully acquaint itself with the conditions relating to the performance of the services under the conditions of this Request for Proposal. This may require an on-site observation. 15) MODIFICATIONS, RESUBMITTAL AND WITHDRAWAL OF PROPOSALS Proposers may modify Proposals at any time prior to the Proposal due date. Modifications must be submitted in the same format and manner as the original Proposal. Requests for withdrawal will be considered if received by the Department, in writing, within seventy-two (72) hours after the Price Proposal opening time and date. Requests for withdrawal received prior to opening of the Technical Proposals will be automatically granted. Requests for withdrawal received after the opening of the Technical Proposals will be granted by the Department upon proof of the impossibility to perform based upon obvious error on the part of the Proposer. Withdrawal will result in that Proposer no longer being considered for this procurement; however, the public records law prohibits the return of documents other than original bonds which can be returned for cancellation and premium rebate purposes. 16) OPENING OF PROPOSALS All Proposal openings are open to the public. Proposals will be opened by the Department at the date, time and location in the Timeline. The public may attend the opening but may not review any Proposals submitted until they become public records in accordance with the law. 30

47 17) RESPONSIVENESS OF PROPOSALS 17.1 Timeliness of Proposals Proposals will not be considered if not received by the Department on or before the date and time specified. A responsive Proposal is an offer to perform the Scope of Services called for in this Request for Proposal in accordance with all requirements of this Request for Proposal and receiving a score of seventy (70) points or more on the Technical Proposal evaluation. Proposals that do not make a Technical Score of 70 points or more will be considered Non-Responsive and the corresponding Price Proposals will not be considered. Proposals found to be non-responsive shall not be considered. Proposals may be rejected if found to be irregular or not in conformance with the requirements and instructions herein contained Other Conditions Other conditions which may cause rejection of Proposals include, but are not limited to, evidence of collusion among Proposers, obvious lack of experience or expertise to perform the required work, failure to perform or meet financial obligations on previous contracts, being on the United States Comptroller General's List of Ineligible Contractors for Federally Financed or Assisted Projects, submissions of more than one Proposal by a Proposer, failure to utilize or complete prescribed forms, conditional Proposals, incomplete Proposals, indefinite or ambiguous Proposals, improper and/or undated signatures, or failure to comply with any of the requirements contained in this RFP Determination of Responsiveness All Proposals will be reviewed by the Department s Procurement Office and/or Project Manager for responsiveness. The final determination of responsiveness is reserved to the Selection Committee. The Department reserves the right to accept or reject any or all Proposals received and reserves the right to make an award without further discussion of the Proposals submitted. Therefore, the Proposals should be submitted initially in the most favorable manner. It is understood that the Proposal will become a part of the Department s official file, without obligation to the Department Waiver of Irregularities The Department may waive minor informalities or irregularities in documents received where such is merely a matter of form and not substance, and the correction or waiver of which is not prejudicial to other Proposers. Minor irregularities are defined as those that will not have an adverse effect on the Department's interest and will not affect the price of the Proposals by giving a Proposer an advantage or benefit not enjoyed by other Proposers Multiple Proposals Proposals may be rejected if more than one Proposal is received from a Proposer. Such duplicate interest may cause the rejection of all Proposals in which such Proposer has participated. Subcontractors may appear in more than one Proposal. 18 PROPOSAL EVALUATION 18.1 Evaluation Process: The Procurement Office will distribute to each member of the Technical Review Committee a copy of each Technical Proposal. The Technical Review Committee will meet with the Advisors if any to seek clarification and information regarding each Technical Proposal. The Technical Review Committee members will then independently evaluate the Technical Proposals based on the criteria established in 31

48 the section below entitled "Criteria for Evaluation". The Technical Review Committee will assign points, utilizing the technical evaluation criteria identified herein and complete a Technical Summary of each responsive Technical Proposal submitted. A public meeting will be held to announce the Technical Proposal scores, calculate the Price Proposal scores and the Total score for each responsive Proposer. The Total Score for each Proposer will be the sum of the Technical Proposal Score and the Price Proposal Score. The outcome of this will be the intended Award. The results will be submitted to the Selection Committee. The Selection Committee will review the scores and adjust the points as it deems appropriate and confirm the intended Award. The Award will become final in accordance with Florida Statutes Criteria for Evaluation Proposals will be evaluated and graded in accordance with the criteria detailed below. a. Technical Proposal (100 Points) Technical evaluation is the process of reviewing the Proposer's Technical Approach, Manufacturing Plan, Past Performance, Quality Assurance Plan, and Acceptance and Testing Plan for understanding of project, qualifications, approach and capabilities, to assure a quality product. The following point system is established for scoring the Technical Proposals: Point Value 1. Technical Approach Manufacturing Plan Past Performance Quality Assurance Plan Acceptance and Testing Plan 10 c. Price Proposal (25 Points) Initial Proposal 20 Optional Pricing 5 Price evaluation is the process of examining a prospective price without evaluation of the separate cost elements and proposed profit of the potential provider. Price analysis is conducted through the comparison of price quotations submitted. The criteria for price evaluation shall be based upon the following formula: (Low Initial Proposal Price / Proposer's Initial Proposal Price) x Price Points (20) = Proposer s Awarded Initial Proposal Points Plus (Low Optional Price / Proposer's Optional Price) x Optional Price Points (5) = Proposer s Awarded Optional Price Points. Total Price Score for each Proposer shall be the total of each Proposer s Initial Proposal Price score plus the same Proposers Optional Price Score. 19) POSTING OF DECISIONS 32

49 19.1 Decisions to be posted will be posted on the Florida Vendor Bid System, at (click on BUSINESS, click on Doing Business with the State, under Everything for Vendors and Customers, click on Vendor Bid System (VBS), on date and time in the Timeline, and will remain posted for a period of seventy-two (72) hours. Any Proposer who is adversely affected by the Department's recommended award or intended decision must file the following with the Department of Transportation, Clerk of Agency Proceedings, Haydon Burns Building, 605 Suwannee Street, Room #550, Mail Station #58 Tallahassee, Fl : 1. A written notice of protest within seventy-two (72) hours after posting of the Intended Award, and 2. A formal written protest and protest bond in compliance with Section (3), Florida Statutes, within ten (10) days of the date on which the written notice of protest is filed. At the time of filing the formal written protest, a bond (a cashier s check or money order may be accepted) payable to the Department must also be submitted in an amount equal to one percent (1%) of the estimated contract amount based on the contract price submitted by the protestor. Failure to file a protest within the time prescribed in Section (3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes Inability to Post: If the Department is unable to post as defined above, the Department will notify all Proposers by electronic notification on the Florida Vendor Bid System or by mail, fax, and/or telephone. The Department will provide further notification of any future posting Request to Withdraw Proposal: Requests for withdrawal will be considered if received by the Department, in writing, within seventy-two (72) hours after the Price Proposal opening time and date. Requests received in accordance with this provision will be granted by the Department upon proof of the impossibility to perform based upon obvious error on the part of the Proposer. 20) CONTRACT DOCUMENT The Department and Vendor are to execute the Standard Written Agreement attached hereto for services relating to this RFP, which contract document shall include the attachments as shown below: Department Contract Document: Standard Written Agreement Exhibit A, Fare Collection System Equipment Scope of Services Exhibit B, Method of Compensation, Includes Exhibit B-1 Exhibit C, Price Proposal, (Included in Exhibit B ) Exhibit D, Fare Collection System Equipment Specifications Exhibit E, CFCRT Business Rules Exhibit F, Required Contract Provisions for Federal Transportation Administration Federal Aid Contract Exhibit G, Software Code Deposit Agreement LYNX and Vendor are to execute the contract attached hereto for services relating to this RFP, which contract document shall include the attachments as shown below: Lynx Contract Document: Attachment No. 1 LYNX Contract For Central Florida Fare Collection Equipment 33

50 Exhibit 1, Scope of Services Exhibit 2, Pricing Schedule, Milestone Payout Schedule and Deployment Summary Project Plan Exhibit 3, LYNX DBE Requirements Exhibit C, Price Proposal and Forms Exhibit D, Fare Collection System Equipment Specifications Exhibit 4, LYNX General Provisions Exhibit F, Required Contract Provisions for Federal Transportation Administration Federal Aid Contract Exhibit G, LYNX Software Code Deposit Agreement 21) "DRUG-FREE WORK PLACE" PREFERENCE Whenever two or more bids which are equal with respect to price, quality, and service are received, the Department shall determine the order of award in accordance with Rule 60A-1.011, Florida Administrative Code, which includes a preference for bid responses that certify the business has implemented a drug-free workplace program in accordance with Section , F.S. The Drug-Free Workplace Program Certification must be completed and submitted with the bid response for this preference. 22) ATTACHED FORMS, To be included in a separate section of the Original Copy and on the CD/DVD of the Technical Proposal marked Required Forms, these do not need to be included in all copies of the Technical Proposal. Forms 1 through 9 shall be submitted as follows: The Original copy of the Technical Proposal shall include in a separate section: Forms no. 1, Registration Form; 3, Vendor data Sheet; 4, Drug Free Workplace Certification; 5, DBE Participation Statement; 6, Bidders Opportunity List; 7, Vendor Certification Regarding Scrutinized Companies Lists, and copies of all Certifications and Licenses necessary to perform the work. The Price Proposal Package shall include: Forms No. 2, (Pages C-1 through C-6 of the RFP) and Forms No. 8 Bid Bond; and 9, Proposal Of form. 23) ATTACHED TERMS AND CONDITIONS All responses are subject to the terms and conditions of this solicitation, which, in case of conflict, shall have the following order of precedence listed regarding the Department: Exhibit F, Required Contract Provisions For Federal Transportation Administration Federal Aid Contract Exhibit A, Fare Collection System Equipment Scope of Services and Form PUR 1000 Exhibit D, Fare Collection System Equipment Specifications Exhibit E, CFCRT Business Rules Exhibit B, Method of Compensation Standard Written Agreement Price Proposal, Exhibit C, Form No. 2 Special Conditions and Introduction: RFP-DOT TVM Form PUR 1001, General Instructions to Respondents, Exhibit G Software Code Deposit Agreement 24) ATTACHED FORM PUR 1001, GENERAL INSTRUCTIONS TO RESPONDENTS This is a standard form that the Department is required to include in all formal solicitations. The below listed paragraphs do not apply to this Request for Proposal. Deletion of these paragraphs shall not be deemed to be deletion of content contained elsewhere and the substance of these excepted paragraphs 34

51 may be addressed in other locations in the procurement documents. That substance located elsewhere continues to apply regardless of this exception paragraph. PUR 1001 Paragraph 3, Electronic Submission Paragraph 4, Terms and Conditions Paragraph 5, Questions Paragraph 12, Public Opening Paragraph 13, Electronic Posting Paragraph 14, Firm Response Paragraph 19, Public Records Paragraph 20, Protests Paragraph 21, Limitation on Vendor Contact 35

52 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Central Florida Commuter Rail Transit (CFCRT) Fare Collection System Equipment PROCUREMENT CHECKLIST (CHECKLIST DOES NOT NEED TO BE RETURNED WITH YOUR PROPOSAL) This Checklist is provided as a guideline, only, to assist Proposers in the preparation of their RFP response. Included are some important matters that the proposer should check. This checklist is just a guideline, and is not intended to include all matters required by the RFP. Proposers are responsible to read and comply with the RFP in its entirety. Verify each the following: 1. The Price Proposal has been completed, as specified, and enclosed in the RFP response. 2. The Federal Employers Identification Number or Social Security Number has been entered in the space provided. 3. The Drug-Free Workplace Program Certification form has been read, signed, and enclosed in the RFP response, if applicable. 4. The DBE Participation Statement form has been read, completed, and enclosed in the RFP response, if applicable. 5. The Bid Opportunity List has been read, completed, and enclosed in the RFP response, if applicable. 6. The Vendor Data Sheet has been read, completed, and enclosed in the RFP response, if applicable. 7. The Scope of Services, Exhibit A, has been thoroughly reviewed for compliance to the RFP requirements. 8. The Technical Proposal (one (1) original and the specified number of copies) have been completed, as specified, and enclosed in the RFP response. 9. All Forms have been completed and included in the Technical Proposal as specified. 10. The website has been checked and any Addendums posted have been completed, signed, and included in the RFP response. 11. The RFP response must be received, at the location specified, prior to the Opening Date and Time designated in the RFP. 12. On the Lower Left Hand Corner of the Envelope transmitting your RFP response, write in the following information: The Technical and Price Proposals must be submitted separately in individual sealed packages labeled: PACKAGE NO. 1: RFP No.: RFP-DOT TVM TECHNICAL PROPOSAL PACKAGE NO. 2: RFP No.: RFP-DOT TVM PRICE PROPOSAL 36

53 Page 1 of 9 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION STANDARD WRITTEN AGREEMENT Agreement No.: Financial Project I.D.: F.E.I.D. No: Appropriation Bill Number(s) for 1 st year of contract, pursuant to s , F.S.: SB2000, 18918C (required for contracts in excess of $5 million) Procurement No.:RFP-DOT TVM D.M.S. Catalog Class No.: ; ; : BY THIS AGREEMENT, made and entered into this day of,, by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter called "Department" and of duly authorized to conduct business in the State of Florida, hereinafter called "Vendor", hereby agree as follows: 1. SERVICES AND PERFORMANCE A. In connection with Central Florida Fare Collection System Equipment the Department does hereby retain the Vendor to furnish certain services, information, and items as described in Exhibits Exhibit A, Scope of Services, Exhibit D Fare Collection System Equipment Specifications, Exhibit E CFCRT Business Rules, and Exhibit F, Required Contract Provisions for Federal Transportation Administration Federal-Aid Contract, attached hereto and made a part hereof. B. Before making any additions or deletions to the work described in this Agreement, and before undertaking any changes or revisions to such work, the parties shall negotiate any necessary cost changes and shall enter into an Amendment covering such work and compensation. Reference herein to this Agreement shall include any amendment(s). C. All tracings, plans, specifications, maps, computer files, and reports prepared or obtained under this Agreement, as well as all data collected, together with summaries and charts derived therefrom, shall be the exclusive property of the Department without restriction or limitation on their use and shall be made available, upon request, to the Department at any time during the performance of such services and/or upon completion or termination of this Agreement. Upon delivery to the Department of said document(s), the Department shall become the custodian thereof in accordance with Chapter 119, Florida Statutes. The Vendor shall not copyright any material and products or patent any invention developed under this Agreement. The Department shall have the right to visit the site for inspection of the work and the products of the Vendor at any time. D. All final plans, documents, reports, studies, and other data prepared by the Vendor shall bear the professional s seal/signature, in accordance with the applicable Florida Statute, Administrative Rules promulgated by the Department of Business and Professional Regulation, and guidelines published by the Department, in effect at the time of execution of this Agreement. In the event that changes in the statutes or rules create a conflict with the requirements of published guidelines, requirements of the statutes and rules shall take precedence. E. The Vendor agrees to provide project schedule progress reports in a format acceptable to the Department and at intervals established by the Department. The Department shall be entitled at all times to be advised, at its request, as to the status of work being done by the Vendor and of the details thereof. Coordination shall be maintained by the Vendor with representatives of the Department, or of other agencies interested in the project on behalf of the Department. Either party to the Agreement may request and be granted a conference. F. All services shall be performed by the Vendor to the satisfaction of the Director who shall decide all questions, difficulties, and disputes of any nature whatsoever that may arise under or by reason of this Agreement, the prosecution and fulfillment of the services hereunder and the character, quality, amount of value thereof; and the decision upon all claims, questions, and disputes shall be final and binding upon the parties hereto. Adjustments of compensation and contract time because of any major changes in the work that may become necessary or desirable as the work progresses shall be subject to mutual agreement of the parties, and amendment(s) shall be entered into by the parties in accordance herewith. Reference herein to the Director shall mean the District Five Secretary.

54 Page 2 of 9 2. TERM A. Initial Term. This Agreement shall begin on date of execution and shall remain in full force and effect through the FDOT funding period, Subsequent to the execution of this Agreement by both parties, the services to be rendered by the Vendor shall commence and be completed in accordance with the option selected below. (Select box and indicate date(s) as appropriate) [ ] Services shall commence and shall be completed by or date of termination, whichever occurs first. [ ] Services shall commence upon written notice from the Department's Contract Manager and shall be completed by or date of termination, whichever occurs first. [ X ] Other: See Exhibit "A" Scope of Services B. RENEWALS (Select appropriate box): [X ] This Agreement may not be renewed. [ ] This Agreement may be renewed for a period that may not exceed three (3) years or the term of the original agreement, whichever period is longer. Renewals shall be contingent upon satisfactory performance evaluations by the Department and subject to the availability of funds. Any renewal or extension shall be in writing and shall be subject to the same terms and conditions set forth in this Agreement. C. EXTENSIONS. In the event that circumstances arise which make performance by the Vendor impracticable or impossible within the time allowed or which prevent a new contract from being executed, the Department, in its discretion, may grant an extension of this Agreement. Extension of this Agreement shall be in writing for a period not to exceed six (6) months and shall be subject to the same terms and conditions set forth in this Agreement; provided the Department may, in its discretion, grant a proportional increase in the total dollar amount based on the method and rate established herein. There shall be only one extension of this Agreement unless the failure to meet the criteria set forth in this Agreement for completion of this Agreement is due to events beyond the control of the Vendor. It shall be the responsibility of the Vendor to ensure at all times that sufficient time remains in the Project Schedule within which to complete services on the project. In the event there have been delays which would affect the project completion date, the Vendor shall submit a written request to the Department which identifies the reason(s) for the delay and the amount of time related to each reason. The Department shall review the request and make a determination as to granting all or part of the requested extension. 3. COMPENSATION AND PAYMENT A. Payment shall be made only after receipt and approval of goods and services unless advance payments are authorized by the Chief Financial Officer of the State of Florida under section (14), Florida Statutes. B. If this Agreement involves units of deliverables, then such units must be received and accepted in writing by the Contract Manager prior to payments. C. Bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper preaudit and postaudit thereof. D. The bills for any travel expenses, when authorized by terms of this Agreement and by the Department s Project Manager, shall be submitted in accordance with Section , Florida Statute and Chapter 3 - Travel, Department s Disbursement Operations Manual, E. Vendors providing goods and services to the Department should be aware of the following time frames. Upon receipt, the Department has five (5) working days to inspect and approve the goods and services, unless otherwise specified herein. The Department has twenty (20) days to deliver a request for payment (voucher) to the Department of Financial Services. The twenty (20) days are measured from the latter of the date the invoice is received or the goods or services are received, inspected and approved.

55 Page 3 of 9 F. If a payment is not available within forty (40) days, a separate interest penalty as established pursuant to Section , Florida Statutes, shall be due and payable, in addition to the invoice amount, to the Vendor. Interest penalties of less than one (1) dollar shall not be enforced unless the Vendor requests payment. Invoices which have to be returned to a Vendor because of Vendor preparation errors shall result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the Department. G. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eprocurement system. Pursuant to Section (22), Florida Statutes, all payments shall be assessed a transaction fee of one percent (1%), which the Vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the transaction fee shall, when possible, be automatically deducted from payments to the Vendor. If automatic deduction is not possible, the Vendor shall pay the transaction fee pursuant to Rule 60A-1.031(2), Florida Administrative Code. By submission of these reports and corresponding payments, Vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The Vendor shall receive a credit for any transaction fee paid by the Vendor for the purchase of any item(s) if such item(s) are returned to the Vendor through no fault, act, or omission of the Vendor. Notwithstanding the foregoing, a transaction fee is non-refundable when an item is rejected or returned, or declined, due to the Vendor s failure to perform or comply with specifications or requirements of the Agreement. Failure to comply with these requirements shall constitute grounds for declaring the Vendor in default and recovering reprocurement costs from the Vendor in addition to all outstanding fees. VENDORS DELINQUENT IN PAYING TRANSACTION FEES MAY BE EXCLUDED FROM CONDUCTING FUTURE BUSINESS WITH THE STATE. H. A vendor ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for vendors who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) I. Records of costs incurred under terms of this Agreement shall be maintained and made available upon request to the Department at all times during the period of this Agreement and for three years after final payment for the work pursuant to this Agreement is made. Copies of these documents and records shall be furnished to the Department upon request. Records of costs incurred shall include the Vendor's general accounting records and the project records, together with supporting documents and records of the Vendor and all subvendors performing work on the project, and all other records of the Vendor and subvendors considered necessary by the Department for a proper audit of project costs. J. The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The Department shall require a statement from the comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding one (1) year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years. Accordingly, the Department's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. 4. INDEMNITY AND PAYMENT FOR CLAIMS A. INDEMNITY: To the extent permitted by Florida Law, the Vendor shall indemnify and hold harmless the Department, its officers and employees from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Vendor and persons employed or utilized by the Vendor in the performance of this Agreement. It is specifically agreed between the parties executing this Agreement that it is not intended by any of the provisions of any part of the Agreement to create in the public or any member thereof, a third party beneficiary hereunder, or to authorize anyone not a party to this Agreement to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Agreement. PAYMENT FOR CLAIMS: The Vendor guaranties the payment of all just claims for materials, supplies, tools, or labor and other just claims against the Vendor or any subvendor, in connection with the Agreement. The Department s final acceptance and payment does not release the Vendor s bond until all such claims are paid or released.

56 Page 4 of 9 B. LIABILITY INSURANCE AND WORKER S COMPENSATION (1) Workers Compensation Insurance: Vendor shall provide Workers Compensation Insurance in accordance with the laws of the State of Florida and in amounts sufficient to secure the benefits of the Florida Workers Compensation Law for all employees. If subletting any of the work, ensure that the employees of the subcontractors are covered by similar insurance. Ensure that any equipment rental agreements that include operators who are employees of independent Contractors, sole proprietorships or partners are covered by similar insurance. The Department will accept equivalent approved protection in lieu of insurance. (2) Contractors Public Liability and Property Damages Liability Insurance: Vendor shall furnish evidence to the Department that, with respect to the operations performed, regular Contractors Public Liability Insurance providing for a limit of not less than $1,000,000 for all damages arising out of bodily injuries to, or death of, one person and, subject to that limit for each person, a total limit of $5,000,000 for all damages arising out of bodily injuries to, or death of, two or more persons in any one occurrence; and regular Contractors Property Damage Liability Insurance providing for a limit of not less than $50,000 for all damages arising out of injury to, or destruction of, property in any one occurrence and, subject to that limit per occurrence, a total (or aggregate) limit of $100,000 for all damages arising out of injury to, or destruction of, property during the policy period is carried. Vendor shall cause the Department, and National Railroad Passenger Corporation (a/k/a Amtrak ), and Florida Central Railroad Company, Inc., and Central Florida Commuter Rail Commission, and Volusia County, and Seminole County, and Orange County, and Osceola County, and City of Orlando, to be each an additional insured party on the Contractor s Public Liability and Property Damages Liability policies that insure the Contractor for the described work that it performs under the Contract. (3) Contractors Protective Public Liability and Property Damage Liability Insurance: Vendor shall furnish evidence to the Department that, with respect to the operations performed by subcontractors, regular Contractors Protective Public Liability Insurance providing for a limit of not less than $1,000,000 for all damages arising out of bodily injuries to, or death of, one person and, subject to that limit for each person, a total limit of $5,000,000 for all damages arising out of bodily injuries to, or death of, two or more persons in any one occurrence; and regular Contractors Protective Property Damage Liability Insurance providing for a limit of not less than $50,000 for all damages arising out of injury to, or destruction of, property in any one occurrence and, subject to that limit per occurrence, a total (or aggregate) limit of $100,000 for all damages arising out of injury to, or destruction of, property during the policy period is carried. Vendor shall cause the Department, and National Railroad Passenger Corporation (a/k/a Amtrak ), and Florida Central Railroad Company, Inc., and Central Florida Commuter Rail Commission, and Volusia County, and Seminole County, and Orange County, and Osceola County, and City of Orlando, to be each an additional insured party on the Contractor s Protective Public Liability and Property Damage Liability Insurance policies that insure the Contractor for t he described work that it performs under the Contract. (4) Insurance Required for Construction at Railroads: (A) General: In addition to any other forms of insurance or bonds required under the terms of the Contract, when the Contract includes the construction of a railroad grade crossing, overpass, or underpass structure, or a railroad crossing signal installation, or any other work or operations by the Contractor within the limits of the railroad right-of-way, including any encroachments thereon from work or operations in the vicinity of the railroad right-of-way, Vendor shall provide insurance of the types set forth below and in amounts not less than specified herein. (B) Railroads Protective Public Liability and Property Damage Liability Insurance: Vendor shall furnish the Department with an original insurance policy that, with respect to the operations performed, will provide, in behalf of the railroad company regular liability insurance providing coverage for bodily injury, death, and property damage limited to a combined single limit of $2,000,000 per occurrence with an aggregate limit of $6,000,000 for the term of the policy. CSX Transportation, Inc. and the Department are to be each a Named Insured on the policy. National Railroad Passenger Corporation (a/k/a Amtrak ), and Florida Central Railroad Company, Inc., and Central Florida Commuter Rail Commission, and Volusia County, and Seminole County, and Orange County, and Osceola County, and City of Orlando, are to be each an additional insured on the policy.

57 Page 5 of 9 (5) Insurance for Protection of Utility Owners: When the work under the Contract involves work on or in the vicinity of utility-owned property or facilities, Vendor shall furnish the Department with evidence that, with respect to the operations performed, General Comprehensive Liability Insurance or its equivalent providing for a limit of not less than $1,000,000 for bodily injury or death to person(s) per occurrence and $300,000 property damage each occurrence is carried. The Department and Utility Company are to be Additional Named Insureds, and the policy will be primary to any coverage maintained by the Department or Company. National Railroad Passenger Corporation (a/k/a Amtrak ), and Florida Central Railroad Company, Inc., and Central Florida Commuter Rail Commission, and Volusia County, and Seminole County, and Orange County, and Osceola County, and City of Orlando, are each to be additional insured on the policy. Vendor shall not make any material change or cancellation to the policy without providing the Department with ten days prior written notice. (6) Insurance by Others: Vendor shall require every subcontractor or other third party who may have a contract with Vendor and who may require access on or to State Property or the Corridor or the Sun Rail Corridor or the FCEN Corridor to obtain and maintain for the duration of such access an insurance policy or policies with coverage that satisfies the conditions stated in this section 4. B. paragraphs (1), (2), (3), (4), and (5), and including causing each of the Named Insureds and the additional insureds stated in those paragraphs to be Named Insureds and additional insureds on such subcontractor or third party policy or policies. For purposes of this section 4.B. paragraph (6) the following apply: State Property has the meaning stated in the TRANSITION AGREEMENT Between State of Florida Department of Transportation and CSX Transportation, Inc., Appendix A, at page A-4; and Corridor has the meaning stated in the INTERLOCAL OPERATING AGREEMENT FOR OPERATION OF THE CENTRAL FLORIDA COMMUTER RAIL SYSTEM By and Between FLORIDA DEPARTMENT OF TRANSPORTATION AND CENTRAL FLORIDA COMMUTER RAIL COMMISSION, Appendix A, at page A-3; and Sun Rail Corridor has the meaning stated in the AGREEMENT BETWEEN NATIONAL RAILROAD PASSENGER CORPORATION AND THE FLORIDA DEPARTMENT OF TRANSPORTATION, Definitions, at page 6; and FCEN Corridor has the meaning stated in the OPERATING AGREEMENT Between State of Florida Department of Transportation, an agency of the State of Florida, and Florida Central Railroad Company, Inc., a Florida Corporation, Definitions, at page 6. Those agreement definitions mentioned above, and as heretofore amended, are incorporated by reference and may be accessed at At that website click on Updates & Documents, and then click on Contract Documents except regarding the Interlocal Operating Agreement click on Local Agreements. (7) Submission and Approval of Policies; Termination: Certificates of insurance (and other evidence of insurance requested by the Department) for each required policy shall be provided by Vendor at the time of Contract execution. Vendor shall provide all insurance policies in such form and with insurers that are acceptable to the Department. Keep such insurance in force, in the full amount specified herein, until this contract is ended. C. PERFORMANCE AND PAYMENT BOND. [ ] No Bond required. [ X ] Within ten (10) calendar days of Written Authorization for and at all times during the term thereof, including extensions, the Vendor will supply to the Department and keep in force a Performance and Payment bond in the full amount of the contract provided by a surety authorized to do business in the State of Florida, payable to the Department and conditioned for the prompt, faithful, and efficient performance of this Agreement according to the terms and conditions hereof and within the time periods specified herein, and for the prompt payment of all persons furnishing labor, materials, equipment and supplies therefore. D. CERTIFICATION. With respect to any insurance policy required pursuant to this Agreement, all such policies shall be issued by companies licensed to do business in the State of Florida. The Vendor shall provide to the Department certificates showing the required coverage to be in effect and showing the Department to be an additional certificate holder. Such policies shall provide for cancellation notice to the Department as required by law.

58 5. COMPLIANCE WITH LAWS Page 6 of 9 A. The Vendor shall allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the Vendor in conjunction with this Agreement. Failure by the Vendor to grant such public access shall be grounds for immediate unilateral cancellation of this Agreement by the Department. B. The Vendor agrees that it shall make no statements, press releases or publicity releases concerning this Agreement or its subject matter or otherwise disclose or permit to be disclosed any of the data or other information obtained or furnished in compliance with this Agreement, or any particulars thereof, during the period of the Agreement, without first notifying the Department's Contract Manager and securing prior written consent. The Vendor also agrees that it shall not publish, copyright, or patent any of the data developed under this Agreement, it being understood that such data or information is works made for hire and the property of the Department. C. The Vendor shall comply with all federal, state and local laws and ordinances applicable to the work or payment for work thereof, and will not discriminate on the grounds of race, color, religion, sex, national origin, age, or disability in the performance of work under this Agreement. D. If the Vendor is licensed by the Department of Business and Professional Regulation to perform the services herein contracted, then section , Florida Statutes, applies as follows: (1) If the Department has knowledge or reason to believe that any person has violated the provisions of state professional licensing laws or rules, it shall submit a complaint regarding the violations to the Department of Business and Professional Regulation. The complaint shall be confidential. (2) Any person who is employed by the Department and who is licensed by the Department of Business and Professional Regulation and who, through the course of the person's employment, has knowledge to believe that any person has violated the provisions of state professional licensing laws or rules shall submit a complaint regarding the violations to the Department of Business and Professional Regulation. Failure to submit a complaint about the violations may be grounds for disciplinary action pursuant to chapter 455, Florida Statutes, and the state licensing law applicable to that licensee. The complaint shall be confidential. (3) Any complaints submitted to the Department of Business and Professional Regulation are confidential and exempt from Section (1), Florida Statutes, pursuant to chapter 455, Florida Statutes, and applicable state law. E. The Vendor covenants and agrees that it and its employees and agents shall be bound by the standards of conduct provided in applicable law and applicable rules of the Board of Business and Professional Regulation as they relate to work performed under this Agreement. The Vendor further covenants and agrees that when a former state employee is employed by the Vendor, the Vendor shall require that strict adherence by the former state employee to Sections and , Florida Statutes, is a condition of employment for said former state employee. These statutes will by reference be made a part of this Agreement as though set forth in full. The Vendor agrees to incorporate the provisions of this paragraph in any subcontract into which it might enter with reference to the work performed pursuant to this Agreement. F. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a vendor, supplier, subvendor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section , for CATEGORY TWO for a period of thirty-six (36) months following the date of being placed on the convicted vendor list. G. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a vendor, supplier, subvendor, or consultant under a contract with a public entity, and may not transact business with any public entity. H. The Department shall consider the employment by any vendor of unauthorized aliens a violation of Section

59 Page 7 of 9 274A(e) of the Immigration and Nationality Act. If the vendor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this agreement. I. Pursuant to Section , Florida Statutes, the vendor may not expend any State funds for the purpose of lobbying the Legislature, the judicial branch, or a state agency. 6. TERMINATION AND DEFAULT A. This Agreement may be canceled by the Department in whole or in part at any time the interest of the Department requires such termination. The Department further reserves the right to terminate or cancel this Agreement in the event an assignment be made for the benefit of creditors. B. If the Department determines that the performance of the Vendor is not satisfactory, the Department shall have the option of (a) immediately terminating the Agreement, or (b) notifying the Vendor of the deficiency with a requirement that the deficiency be corrected within a specified time, otherwise the Agreement will be terminated at the end of such time, or (c) take whatever action is deemed appropriate by the Department. C. If the Department requires termination of the Agreement for reasons other than unsatisfactory performance of the Vendor, the Department shall notify the Vendor of such termination, with instructions as to the effective date of termination or specify the stage of work at which the Agreement is to be terminated. D. If the Agreement is terminated before performance is completed, the Vendor shall be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the agreement price as the amount of work satisfactorily completed is a percentage of the total work called for by this Agreement. All work in progress shall become the property of the Department and shall be turned over promptly by the Vendor. E. If the Agreement is for goods or services of $1 million or more and was entered into or renewed on or after July 1, 2011 and the Department determines that the Vendor submitted a false certification under Section (5), Florida Statutes, or if the Vendor has been placed on the Scrutinized Companies with Activities in the Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, the Department shall have the option of (a) terminating the Agreement after it has given the Vendor notice and an opportunity to demonstrate the agency s determination of false certification was in error pursuant to Section (5)(a), Florida Statutes, or (b) maintaining the Agreement if the conditions of Section (4), Florida Statutes, are met. F. Liquidated Damages. In the event the Vendor fails to have all equipment fully functional for fare collection on the Demonstration Services Date of November 1, 2013, or within such extra time as the Department may in writing have granted, the Vendor shall pay, not as penalty, but as liquidated damages, the sum of $10, per calendar day. The Department has the right to apply, as payment on such damages any money the Department owes the Vendor. The Department does not waive its right to liquidated damages under the contract by allowing the Vendor to continue after the expiration of November 1, 2013, including written granted time extensions, and to complete the work to have all equipment fully functional for fare collection. 7. ASSIGNMENT AND SUBCONTRACTS A. The Vendor shall maintain an adequate and competent staff so as to enable the Vendor to timely perform under this Agreement and may associate with it such subvendors, for the purpose of its services hereunder, without additional cost to the Department, other than those costs within the limits and terms of this Agreement. The Vendor is fully responsible for satisfactory completion of all subcontracted work. The Vendor, however, shall not sublet, assign or transfer any work under this Agreement to other than subvendors specified in the proposal, bid and/or Agreement without the written consent of the Department. B. Select the appropriate box: [X] The following provisions are not applicable to this Agreement. [ ] The following provision is hereby incorporated in and made a part of this Agreement: It is expressly understood and agreed that any articles that are the subject of, or required to carry out this Agreement shall be purchased from a nonprofit agency for the blind or for the severely handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in the same manner and

60 Page 8 of 9 under the same procedures set forth in Section (1) and (2), Florida Statutes; and for purposes of this Agreement the person, firm, or other business entity (Vendor) carrying out the provisions of this Agreement shall be deemed to be substituted for the state agency (Department) insofar as dealings with such qualified nonprofit agency are concerned. [ ] The following provision is hereby incorporated in and made a part of this Agreement: It is expressly understood and agreed that any articles which are the subject of, or required to carry out this Agreement shall be purchased from the corporation identified under Chapter 946, Florida Statutes, in the same manner and under the procedures set forth in section (2) and (4), Florida Statutes; and for purposes of this Agreement, the person, firm, or other business entity (Vendor) carrying out the provisions of this Agreement shall be deemed to be substituted for this agency (Department) insofar as dealings with such corporation are concerned. The "corporation identified" is Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE). Available pricing, products, and delivery schedules may be obtained by contacting: PRIDE Enterprises th Street, North St. Petersburg, Florida Telephone: (800) C. This Agreement involves the expenditure of federal funds and Section , Florida Statutes, as noted above, does not apply. However, Exhibit F Federal Transportation Administration (FTA) Terms and Conditions apply to all parties and is herebymade a part of this Agreement. 8. MISCELLANEOUS A. The Vendor and its employees, agents, representatives, or subvendors are not employees of the Department and are not entitled to the benefits of State of Florida employees. Except to the extent expressly authorized herein, Vendor and its employees, agents, representatives, or subvendors are not agents of the Department or the State for any purpose or authority such as to bind or represent the interests thereof, and shall not represent that it is an agent or that it is acting on the behalf of the Department or the State. The Department shall not be bound by any unauthorized acts or conduct of the Vendor or its employees, agents, representatives, or subvendors. Vendor agrees to include this provision in all its subcontracts under this Agreement. B. All words used herein in the singular form shall extend to and include the plural. All words used in the plural form shall extend to and include the singular. All words used in any gender shall extend to and include all genders. C. This Agreement embodies the whole agreement of the parties. There are no promises, terms, conditions, or obligations other than those contained herein, and this Agreement shall supersede all previous communications, representations, or agreements, either verbal or written, between the parties hereto. The State of Florida terms and conditions, whether general or specific, shall take precedence over and supersede any inconsistent or conflicting provision in any attached terms and conditions of the Vendor. D. It is understood and agreed by the parties hereto that if any part, term or provision of this Agreement is by the courts held to be illegal or in conflict with any law of the State of Florida, the validity of the remaining portions or provisions shall not be affected, and the rights and obligations of the parties shall be construed and enforced as if the Agreement did not contain the particular part, term or provision held to be invalid. E. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. F. In any legal action related to this Agreement, instituted by either party, the Vendor hereby waives any and all privileges and rights it may have under Chapter 47 and section , Florida Statutes, relating to venue, as it now exists or may hereafter be amended, and any and all such privileges and rights it may have under any other statute, rule, or case law, including, but not limited to those grounded on convenience. Any such legal action may be brought in the appropriate Court in the county chosen by the Department and in the event that any such legal action is filed by Vendor, the Vendor hereby consents to the transfer of venue to the county chosen by the Department upon the Department filing a motion requesting the same.

61 Page 9 of 9 G. If this Agreement involves the purchase or maintenance of information technology as defined in Section , Florida Statutes, the selected provisions of the attached Appendix II are made a part of this Agreement. H. Vendor/Vendor: 1. shall utilize the U.S. Department of Homeland Security s E-Verify system to verify the employment eligibility of all new employees hired by the Vendor/Vendor during the term of the contract; and 2. shall expressly require any subvendors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security s E-Verify system to verify the employment eligibility of all new employees hired by the subvendor during the contract term. I. Time is of the essence as to each and every obligation under this Agreement. J. The following attachments are incorporated and made a part of this agreement: Exhibit A, Scope of Services Fare Collection System Equipment; Exhibit B, Method of Compensation; Exhibit C, Price Proposal Form (Incorporated into Exhibit B, Method of Compensation); Exhibit D Fare Collection System Equipment Specifications; Exhibit E CFCRT Business Rules; Exhibit F, Required Contract Provisions for Federal Transportation Administration Federal-Aid Contract; Exhibit G Software Code Deposit Agreement. K. Other Provisions: In case of conflict the contract documents shall have the following order of precedence. Exhibit F, Required Contract Provisions for Federal Transportation Administration Federal-Aid Contract Exhibit A, Scope of Services Fare Collection System Equipment Exhibit D, Fare Collection System Equipment Specifications Exhibit E, CFCRT Business Rules Exhibit B, Method of Compensation Standard Written Agreement Exhibit G Software Code Deposit Agreement IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized officers on the day, month and year set forth above. STATE OF FLORIDA. DEPARTMENT OF TRANSPORTATION Name of Vendor By: Authorized Signature By: Authorized Signature (Print/Type) Noranne B. Downs, P.E. (Print/Type) Title: Title: District Five Secretary FOR DEPARTMENT USE ONLY APPROVED: Procurement Office LEGAL REVIEW:.. Central Florida Fare Collection System Equipment Financial Project ID No

62 Scope of Services 1.0 Introduction Exhibit A Scope of Services Fare Collection System Equipment Central Florida Commuter Rail Transit The request for proposal was for a joint procurement of fare collection system equipment by the State of Florida Department of Transportation (hereinafter referred to as the Department) and by Central Florida Regional Transportation Authority, doing business as LYNX (hereinafter referred to as LYNX), pursuant to an INTERLOCAL AGREEMENT. This Scope of Services, Exhibit A, Pertains to Department s contract with the Vendor. Agreement Term: This Agreement with the Department shall begin on date of execution and shall remain in full force and effect through Final Acceptance of the Optional Equipment currently estimated to occur August Subsequent to the execution of this Agreement by the Department, the services to be rendered by the Vendor shall commence upon Written Authorization from the Department and be completed by the date shown in the Written Authorization. The Department is responsible for the design, construction, operation, and maintenance of commuter rail service (CFCRT) along a 61 mile corridor in Central Florida. The CFCRT Project uses an existing and active Class IV freight railway right of way (ROW) for rail operations and property adjacent to the ROW for station site parking, park & ride and bus circulation. CFCRT will be implemented in three phases. The first phase is the 31 mile long north corridor and the second phase is the south corridor that when combined are 49 miles long and referred to as the Locally Preferred Alternative (LPA). A twelve mile extension of the LPA further north is planned as phase three and defines the 61 mile long Full Build Alternative (FBA). The first phase is also known as the initial operating segment (IOS) and is proposed to be operational by the spring 2014 and the second phase is to be operational in Exhibit A Scope of Services Fare Collection System Equipment A I

63 Scope of Services Exhibit A Scope of Services Fare Collection System Equipment A II

64 Scope of Services The full build alternative (FBA) extends from the DeLand Amtrak station in Volusia County to the north to Poinciana Industrial Park in Osceola County in the south. A total of seventeen (17) stations are in the FBA. The proposed service plan would provide 30 minute bi directional service during morning and evening peak periods and 120 minute service in the midday, Monday through Friday, using push pull diesel locomotives, coaches and cab cars. The Department s CFCRT Project will be designed to support fully integrated, seamless transfers between LYNX and Votran feeder bus services to/from CFCRT stations. In order to accomplish this goal, the fare collection systems for SunRail, LYNX, and Votran need to be fully integrated so that passengers can readily transfer between the bus and rail services. LYNX and Votran fareboxes onboard buses will need to be able to read SunRail fare media, and SunRail Ticket Vending Machines and Station Ticket Validators need to be able to read Lynx and Votran fare media. 2.0 Fare Collection System Description The Vendor shall provide to The Department and LYNX a fully functional Fare Collection System consisting of the following components: Two types of ticket vending machines (TVMs) shall be planned for implementation under this procurement; a cashless TVM (CTVM) that will accept only credit/debit cards but not cash and a full service TVM (FSTVM) that will accept both cash and credit/debit cards for payment and issue change. The quantities of CTVMs and FSTVMs to be supplied under this procurement are subject to change; Station platform ticket validators (SPTV) capable of being installed on the station platforms for fare payment validation; Handheld ticket validators (HHTV) for fare payment inspection and validation onboard the trains; Point of sale machines (POSM) for fare payment and reloading of smart cards at retail outlets; Contactless smart cards (standard and limited use disposable); and A central data collection and information system (CDCIS) application that will handle credit/debit card processing, transaction and maintenance data processing and reporting, as well as TVM, SPTV, HHTV, OSMP and POSM configuration. The fare collection system shall be designed as an Account Based System (ABS), allowing passengers to open accounts linked to contactless smart cards to hold fare products. Account products shall be hosted at the Central Data Collection & Information System (CDCIS) back office to allow for any type of contactless fare media with a unique chip serial number to be linked to an account (fare media smart cards, contactless credit card, near field communication (NFC) mobile phones etc.). The following table depicts the migration and acceptance of various fare media types in the transit sector in U.S. that should be considered. Exhibit A Scope of Services Fare Collection System Equipment A III

65 Scope of Services Forward Looking Media Type and Technology Present to 2 Year 3 to 6 Year 7 to 10 Year Media Type Transit Smart Card MagStripe Contactless Open loop (cards, stickers) NFC Devices MicroSD (NFC) 2D Barcode (paper) Mobile Apps Open payment on mobile UICC/USIM MagStrip & EMV Contactless Open loop (Cards, Stickers) Mobile ticketing (NFC) Transit specific open payment Form factors: (Phone, tablets, FOBs, ID Cards) MagStrip & EMV Contactless Open loop (Cards, Stickers) Mobile ticketing (NFC) EMV Contactless on PIV Social Media Type Payments NFC form factors Transit specific open payments Contactless Reader ISO A&B (NFC) Bar Code ISO A&B (NFC) Barcode ISO A&B (NFC) Biometric Scanner The services to be performed under this contract involve the design, production, installation, testing, and warranty of the fare collection system. Equipment and services under the initial procurement will be detailed in a Written Authorization to be issued by the Department within 90 days of Contract execution. The design and performance criteria required for the fare collection system to be provided under this procurement are specified in Exhibit D Fare Collection System Equipment Specifications, with the exception that Section 5.0, On Board Smart Media Processor, of Exhibit D, is not part of this contract with the Department. In the Department s CFCRT project, the Vendor will be required to coordinate closely with the Department Design/Build Firm, who is responsible for building the station platforms and the Station Finishes Contractor, regarding schedule, method of delivery and installation for the fare collection equipment. The Department s Chief Operating Officer (COO) will assist in the coordination. It is anticipated that the first group of station platforms will be complete and available for the Vendor to begin installation in July of In the Department s CFCRT project, the Vendor will also be required to coordinate with the Department Operations and Maintenance Contractor (OMC), Vehicle Manufacturer and the COO regarding testing and acceptance of all fare collection equipment delivered to the CFCRT Project. Testing and acceptance is specified in Exhibit D Specified Equipment & Requirements. Testing and acceptance are the responsibility of the Vendor. The Vendor is responsible for providing training for the Department staff including the COO and OMC. The Department s CRCRT fare collection system must be fully integrated with the fare collection systems of the Central Florida Regional Transportation Authority (LYNX) and Votran, the public transit provider in Volusia County, FL. LYNX and Votran will Exhibit A Scope of Services Fare Collection System Equipment A IV

66 Scope of Services provide feeder bus services to/from CFCRT stations. The CFCRT, LYNX and Votran fare policies, fare media and fare collection equipment will be fully integrated. LYNX and Votran will be accepting smart card fare payments from riders transferring to and from the CFCRT system. The Vendor will be required to ensure that its fare collection equipment is compatible with LYNX and Votran fare collection equipment (GFI Genfare Odyssey or equivalent). The attached Department of Management Services firm PUR 1000 is hereby incorporated into this Scope of Services by this reference, except that the following paragraphs do not apply: 5, 11, 19, 20, 22, 23, 25, 26, 27, 29, 31, 35, 40, 41, and 42. Deletion of these paragraphs shall not be deemed to be deletion of content contained elsewhere and the substance of these excepted paragraphs may be addressed in other locations in the Contract. That substance located elsewhere continues to apply regardless of this exception paragraph. Contents Exhibit A Scope of Services Fare Collection System Equipment State of Florida PUR 1000 General Contract Conditions 1. Definitions. 2. Purchase Orders. 3. Product Version. 4. Price Changes Applicable only to Term Contracts. 5. Additional Quantities. 6. Packaging. 7. Inspection at Contractor s Site. 8. Safety Standards. 9. Americans with Disabilities Act. 10. Literature. 11. Transportation and Delivery. 12. Installation. 13. Risk of Loss. 14. Transaction Fee. 15. Invoicing and Payment. 16. Taxes. 17. Governmental Restrictions. 18. Lobbying and Integrity. 19. Indemnification. 20. Limitation of Liability. 21. Suspension of Work. 22. Termination for Convenience. 23. Termination for Cause. 24. Force Majeure, Notice of Delay, and No Damages for Delay. 25. Changes. 26. Renewal. 27. Purchase Order Duration. 28. Advertising. 29. Assignment. A V

67 Scope of Services 30. Antitrust Assignment 31. Dispute Resolution. 32. Employees, Subcontractors, and Agents. 33. Security and Confidentiality. 34. Contractor Employees, Subcontractors, and Other Agents. 35. Insurance Requirements. 36. Warranty of Authority. 37. Warranty of Ability to Perform. 38. Notices. 39. Leases and Installment Purchases. 40. Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE). 41. Products Available from the Blind or Other Handicapped. 42. Modification of Terms. 43. Cooperative Purchasing. 44. Waiver. 45. Annual Appropriations. 46. Execution in Counterparts. 47. Severability. 1. Definitions. The definitions contained in s. 60A-1.001, F.A.C. shall apply to this agreement. The following additional terms are also defined: (a) Contract means the legally enforceable agreement that results from a successful solicitation. The parties to the Contract will be the Customer and Contractor. (b) Customer means the State agency or other entity identified in a contract as the party to receive commodities or contractual services pursuant to a contract or that orders commodities or contractual services via purchase order or other contractual instrument from the Contractor under the Contract. The Customer may also be the Buyer as defined in the PUR 1001 if it meets the definition of both terms. (c) Product means any deliverable under the Contract, which may include commodities, services, technology or software. (d) Purchase order means the form or format a Customer uses to make a purchase under the Contract (e.g., a formal written purchase order, electronic purchase order, procurement card, contract or other authorized means). 2. Purchase Orders. In contracts where commodities or services are ordered by the Customer via purchase order, Contractor shall not deliver or furnish products until a Customer transmits a purchase order. All purchase orders shall bear the Contract or solicitation number, shall be placed by the Customer directly with the Contractor, and shall be deemed to incorporate by reference the Contract and solicitation terms and conditions. Any discrepancy between the Contract terms and the terms stated on the Contractor s order form, confirmation, or acknowledgement shall be resolved in favor of terms most favorable to the Customer. A purchase order for services within the ambit of section (1) of the Florida Statutes shall be deemed to incorporate by reference the requirements of subparagraphs (a) through (f) thereof. Customers shall designate a Exhibit A Scope of Services Fare Collection System Equipment A VI

68 Scope of Services contract manager and a contract administrator as required by subsections (14) and (15) of the Florida Statutes. 3. Product Version. Purchase orders shall be deemed to reference a manufacturer s most recently release model or version of the product at the time of the order, unless the Customer specifically requests in writing an earlier model or version and the contractor is willing to provide such model or version. 4. Price Changes Applicable only to Term Contracts. If this is a term contract for commodities or services, the following provisions apply. (a) Quantity Discounts. Contractors are urged to offer additional discounts for one time delivery of large single orders. Customers should seek to negotiate additional price concessions on quantity purchases of any products offered under the Contract. State Customers shall document their files accordingly. (b) Best Pricing Offer. During the Contract term, if the Customer becomes aware of better pricing offered by the Contractor for substantially the same or a smaller quantity of a product outside the Contract, but upon the same or similar terms of the Contract, then at the discretion of the Customer the price under the Contract shall be immediately reduced to the lower price. (c) Sales Promotions. In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, a Contractor may conduct sales promotions involving price reductions for a specified lesser period. A Contractor shall submit to the Contract Specialist documentation identifying the proposed (1) starting and ending dates of the promotion, (2) products involved, and (3) promotional prices compared to thenauthorized prices. Promotional prices shall be available to all Customers. Upon approval, the Contractor shall provide conspicuous notice of the promotion. (d) Trade-In. Customers may trade-in equipment when making purchases from the Contract. A trade-in shall be negotiated between the Customer and the Contractor. Customers are obligated to actively seek current fair market value when trading equipment, and to keep accurate records of the process. For State agencies, it may be necessary to provide documentation to the Department of Financial Services and to the agency property custodian pursuant to Chapter 273, F.S. (e) Equitable Adjustment. The Customer may, in its sole discretion, make an equitable adjustment in the Contract terms or pricing if pricing or availability of supply is affected by extreme and unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to causes wholly beyond the Contractor s control, (2) the volatility affects the marketplace or industry, not just the particular Contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Contractor that continued performance of the Contract would result in a substantial loss. 5. Additional Quantities. For a period not exceeding ninety (90) days from the date of solicitation award, the Customer reserves the right to acquire additional quantities up to the amount shown on the solicitation but not to exceed the threshold for Category Two at the prices submitted in the response to the solicitation. Exhibit A Scope of Services Fare Collection System Equipment A VII

69 Scope of Services 6. Packaging. Tangible product shall be securely and properly packed for shipment, storage, and stocking in appropriate, clearly labeled, shipping containers and according to accepted commercial practice, without extra charge for packing materials, cases, or other types of containers. All containers and packaging shall become and remain Customer s property. 7. Inspection at Contractor s Site. The Customer reserves the right to inspect, at any reasonable time with prior notice, the equipment or product or plant or other facilities of a Contractor to assess conformity with Contract requirements and to determine whether they are adequate and suitable for proper and effective Contract performance. 8. Safety Standards. All manufactured items and fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate State inspector. Acceptability customarily requires, at a minimum, identification marking of the appropriate safety standard organization, where such approvals of listings have been established for the type of device offered and furnished, for example: the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and/or National Electrical Manufacturers Association for electrically operated assemblies; and the American Gas Association for gas-operated assemblies. In addition, all items furnished shall meet all applicable requirements of the Occupational Safety and Health Act and state and federal requirements relating to clean air and water pollution. 9. Americans with Disabilities Act. Contractors should identify any products that may be used or adapted for use by visually, hearing, or other physically impaired individuals. 10. Literature. Upon request, the Contractor shall furnish literature reasonably related to the product offered, for example, user manuals, price schedules, catalogs, descriptive brochures, etc. 11. Transportation and Delivery. Prices shall include all charges for packing, handling, freight, distribution, and inside delivery. Transportation of goods shall be FOB Destination to any point within thirty (30) days after the Customer places an Order. A Contractor, within five (5) days after receiving a purchase order, shall notify the Customer of any potential delivery delays. Evidence of inability or intentional delays shall be cause for Contract cancellation and Contractor suspension. 12. Installation. Where installation is required, Contractor shall be responsible for placing and installing the product in the required locations at no additional charge, unless otherwise designated on the Contract or purchase order. Contractor s authorized product and price list shall clearly and separately identify any additional installation charges. All materials used in the installation shall be of good quality and shall be free of defects that would diminish the appearance of the product or render it structurally or operationally unsound. Installation includes the furnishing of any equipment, rigging, and materials required to install or replace the product in the proper location. Contractor shall protect the site from damage and shall repair damages or injury caused during installation by Contractor or its employees or agents. If any alteration, dismantling, excavation, etc., is required to achieve installation, the Contractor shall promptly restore the structure or site to its original condition. Contractor shall perform installation work so as to cause the least inconvenience and interference with Customers and with proper Exhibit A Scope of Services Fare Collection System Equipment A VIII

70 Scope of Services consideration of others on site. Upon completion of the installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with everything in satisfactory repair and order. 13. Risk of Loss. Matters of inspection and acceptance are addressed in s , F.S. Until acceptance, risk of loss or damage shall remain with the Contractor. The Contractor shall be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer shall: record any evidence of visible damage on all copies of the delivering carrier s Bill of Lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier s Bill of Lading and damage inspection report. When a Customer rejects a product, Contractor shall remove it from the premises within ten days after notification or rejection. Upon rejection notification, the risk of loss of rejected or non-conforming product shall remain with the Contractor. Rejected product not removed by the Contractor within ten days shall be deemed abandoned by the Contractor, and the Customer shall have the right to dispose of it as its own property. Contractor shall reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected product. 14. Transaction Fee. The State of Florida has instituted MyFloridaMarketPlace, a statewide eprocurement System ( System ). Pursuant to section (22), Florida Statutes, all payments shall be assessed a Transaction Fee of one percent (1.0%), which the Contractor shall pay to the State, unless exempt pursuant to 60A-1.032, F.A.C. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the Contractor. If automatic deduction is not possible, the Contractor shall pay the Transaction Fee pursuant to Rule 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, Contractor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. Contractor shall receive a credit for any Transaction Fee paid by the Contractor for the purchase of any item(s) if such item(s) are returned to the Contractor through no fault, act, or omission of the Contractor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item is rejected or returned, or declined, due to the Contractor s failure to perform or comply with specifications or requirements of the agreement. Failure to comply with these requirements shall constitute grounds for declaring the Contractor in default and recovering reprocurement costs from the Contractor in addition to all outstanding fees. CONTRACTORS DELINQUENT IN PAYING TRANSACTION FEES MAY BE SUBJECT TO BEING REMOVED FROM THE DEPARTMENT OF MANAGEMENT SERVICES VENDOR LIST AS PROVIDED IN RULE 60A-1.006, F.A.C. 15. Invoicing and Payment. Invoices shall contain the Contract number, purchase order number if applicable, and the appropriate vendor identification number. The State may require any other information from the Contractor that the State deems necessary to verify any purchase order placed under the Contract. At the State's option, Contractors may be required to invoice electronically pursuant to guidelines of the Department of Management Services. Current guidelines require that Contractor supply electronic invoices in lieu of paper-based invoices for those transactions processed through the system. Electronic invoices shall be submitted to the Exhibit A Scope of Services Fare Collection System Equipment A IX

71 Scope of Services Customer through the Ariba Supplier Network (ASN) in one of the following mechanisms EDI 810, cxml, or web-based invoice entry within the ASN. Payment shall be made in accordance with sections and of the Florida Statutes, which govern time limits for payment of invoices. Invoices that must be returned to a Contractor due to preparation errors will result in a delay in payment. The Customer is responsible for all payments under the Contract. A Customer s failure to pay, or delay in payment, shall not constitute a breach of the Contract and shall not relieve the Contractor of its obligations to the Department or to other Customers. A vendor ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for vendors who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) or by calling the Division of Consumer Services at Taxes. The State does not pay Federal excise or sales taxes on direct purchases of tangible personal property. The State will not pay for any personal property taxes levied on the Contractor or for any taxes levied on employees wages. Any exceptions to this paragraph shall be explicitly noted by the Customer in the special contract conditions section of the solicitation or in the Contract or purchase order. 17. Governmental Restrictions. If the Contractor believes that any governmental restrictions have been imposed that require alteration of the material, quality, workmanship or performance of the products offered under the Contract, the Contractor shall immediately notify the Customer in writing, indicating the specific restriction. The Customer reserves the right and the complete discretion to accept any such alteration or to cancel the Contract at no further expense to the Customer. 18. Lobbying and Integrity. Customers shall ensure compliance with Section , FS and Section , FS.The Contractor shall not, in connection with this or any other agreement with the State, directly or indirectly (1) offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for any State officer or employee s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone any gratuity for the benefit of, or at the direction or request of, any State officer or employee. For purposes of clause (2), gratuity means any payment of more than nominal monetary value in the form of cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind. Upon request of the Customer s Inspector General, or other authorized State official, the Contractor shall provide any type of information the Inspector General deems relevant to the Contractor s integrity or responsibility. Such information may include, but shall not be limited to, the Contractor s business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor shall retain such records for the longer of (1) three years after the expiration of the Contract or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: The Contractor agrees to reimburse the State for the reasonable costs of investigation incurred by the Inspector General or other authorized State official for investigations of the Contractor s compliance with the terms of this or any other agreement between the Contractor and the State which results in the suspension or debarment of the Contractor. Such costs Exhibit A Scope of Services Fare Collection System Equipment A X

72 Scope of Services shall include, but shall not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor shall not be responsible for any costs of investigations that do not result in the Contractor s suspension or debarment. 19. Indemnification. The Contractor shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless the State and Customers, and their officers, agents, and employees, from suits, actions, damages, and costs of every name and description, including attorneys fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Contractor, its agents, employees, partners, or subcontractors, provided, however, that the Contractor shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of the State or a Customer. Further, the Contractor shall fully indemnify, defend, and hold harmless the State and Customers from any suits, actions, damages, and costs of every name and description, including attorneys fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret or intellectual property right, provided, however, that the foregoing obligation shall not apply to a Customer s misuse or modification of Contractor s products or a Customer s operation or use of Contractor s products in a manner not contemplated by the Contract or the purchase order. If any product is the subject of an infringement suit, or in the Contractor s opinion is likely to become the subject of such a suit, the Contractor may at its sole expense procure for the Customer the right to continue using the product or to modify it to become non-infringing. If the Contractor is not reasonably able to modify or otherwise secure the Customer the right to continue using the product, the Contractor shall remove the product and refund the Customer the amounts paid in excess of a reasonable rental for past use. The customer shall not be liable for any royalties. The Contractor s obligations under the preceding two paragraphs with respect to any legal action are contingent upon the State or Customer giving the Contractor (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor s sole expense, and (3) assistance in defending the action at Contractor s sole expense. The Contractor shall not be liable for any cost, expense, or compromise incurred or made by the State or Customer in any legal action without the Contractor s prior written consent, which shall not be unreasonably withheld. 20. Limitation of Liability. For all claims against the Contractor under any contract or purchase order, and regardless of the basis on which the claim is made, the Contractor s liability under a contract or purchase order for direct damages shall be limited to the greater of $100,000, the dollar amount of the contract or purchase order, or two times the charges rendered by the Contractor under the purchase order. This limitation shall not apply to claims arising under the Indemnity paragraph contain in this agreement. Unless otherwise specifically enumerated in the Contract or in the purchase order, no party shall be liable to another for special, indirect, punitive, or consequential damages, including lost data or records (unless the contract or purchase order requires the Contractor to back-up data or records), even if the party has been advised that such damages are possible. No party shall be liable for lost profits, lost revenue, or lost institutional operating savings. The State and Customer may, in addition to other Exhibit A Scope of Services Fare Collection System Equipment A XI

73 Scope of Services remedies available to them at law or equity and upon notice to the Contractor, retain such monies from amounts due Contractor as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against them. The State may set off any liability or other obligation of the Contractor or its affiliates to the State against any payments due the Contractor under any contract with the State. 21. Suspension of Work. The Customer may in its sole discretion suspend any or all activities under the Contract or purchase order, at any time, when in the best interests of the State to do so. The Customer shall provide the Contractor written notice outlining the particulars of suspension. Examples of the reason for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, the Contractor shall comply with the notice and shall not accept any purchase orders. Within ninety days, or any longer period agreed to by the Contractor, the Customer shall either (1) issue a notice authorizing resumption of work, at which time activity shall resume, or (2) terminate the Contract or purchase order. Suspension of work shall not entitle the Contractor to any additional compensation. 22. Termination for Convenience. The Customer, by written notice to the Contractor, may terminate the Contract in whole or in part when the Customer determines in its sole discretion that it is in the State s interest to do so. The Contractor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the Contract, if any. The Contractor shall not be entitled to recover any cancellation charges or lost profits. 23. Termination for Cause. The Customer may terminate the Contract if the Contractor fails to (1) deliver the product within the time specified in the Contract or any extension, (2) maintain adequate progress, thus endangering performance of the Contract, (3) honor any term of the Contract, or (4) abide by any statutory, regulatory, or licensing requirement. Rule 60A-1.006(3), F.A.C., governs the procedure and consequences of default. The Contractor shall continue work on any work not terminated. Except for defaults of subcontractors at any tier, the Contractor shall not be liable for any excess costs if the failure to perform the Contract arises from events completely 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 at any tier, and if the cause of the default is completely beyond the control of both the Contractor and the subcontractor, and without the fault or negligence of either, the Contractor shall not be liable for any excess costs for failure to perform, unless the subcontracted products were obtainable from other sources in sufficient time for the Contractor to meet the required delivery schedule. If, after termination, it is determined that the Contractor was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Customer. The rights and remedies of the Customer in this clause are in addition to any other rights and remedies provided by law or under the Contract. 24. Force Majeure, Notice of Delay, and No Damages for Delay. The Contractor shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Contractor s control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is Exhibit A Scope of Services Fare Collection System Equipment A XII

74 Scope of Services available to the Contractor. In case of any delay the Contractor believes is excusable, the Contractor shall notify the Customer in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (10) days after the cause that creates or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) days after the date the Contractor first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE CONTRACTOR S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against the Customer. The Contractor shall not be entitled to an increase in the Contract price or payment of any kind from the Customer for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor shall perform at no increased cost, unless the Customer determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State or to Customers, in which case the Customer may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers with respect to products subjected to allocation, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the products that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part. 25. Changes. The Customer may unilaterally require, by written order, changes altering, adding to, or deducting from the Contract specifications, provided that such changes are within the general scope of the Contract. The Customer may make an equitable adjustment in the Contract price or delivery date if the change affects the cost or time of performance. Such equitable adjustments require the written consent of the Contractor, which shall not be unreasonably withheld. If unusual quantity requirements arise, the Customer may solicit separate bids to satisfy them. 26. Renewal. Upon mutual agreement, the Customer and the Contractor may renew the Contract, in whole or in part, for a period that may not exceed 3 years or the term of the contract, whichever period is longer. Any renewal shall specify the renewal price, as set forth in the solicitation response. The renewal must be in writing and signed by both parties, and is contingent upon satisfactory performance evaluations and subject to availability of funds. 27. Purchase Order Duration. Purchase orders issued pursuant to a state term or agency contract must be received by the Contractor no later than close of business on the last day of the contract s term to be considered timely. The Contractor is obliged to fill those orders in accordance with the contract s terms and conditions. Purchase orders received by the contractor after close of business on the last day of the state term or agency contract s term shall be considered void. Purchase orders for a one-time delivery of commodities or performance of contractual services shall be valid through the performance by the Contractor, and all terms and conditions of the state term or agency contract shall apply to the single delivery/performance, and shall survive the termination of the Contract. Exhibit A Scope of Services Fare Collection System Equipment A XIII

75 Scope of Services Contractors are required to accept purchase orders specifying delivery schedules exceeding the contracted schedule even when such extended delivery will occur after expiration of the state term or agency contract. For example, if a state term contract calls for delivery 30 days after receipt of order (ARO), and an order specifies delivery will occur both in excess of 30 days ARO and after expiration of the state term contract, the Contractor will accept the order. However, if the Contractor expressly and in writing notifies the ordering office within ten (10) calendar days of receipt of the purchase order that Contractor will not accept the extended delivery terms beyond the expiration of the state term contract, then the purchase order will either be amended in writing by the ordering entity within ten (10) calendar days of receipt of the contractor s notice to reflect the state term contract delivery schedule, or it shall be considered withdrawn. The duration of purchase orders for recurring deliveries of commodities or performance of services shall not exceed the expiration of the state term or agency contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Timely purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the state term or agency contract shall apply to the recurring delivery/performance as provided herein, and shall survive the termination of the Contract. Ordering offices shall not renew a purchase order issued pursuant to a state term or agency contract if the underlying contract expires prior to the effective date of the renewal. 28. Advertising. Subject to Chapter 119, Florida Statutes, the Contractor shall not publicly disseminate any information concerning the Contract without prior written approval from the Customer, including, but not limited to mentioning the Contract in a press release or other promotional material, identifying the Customer or the State as a reference, or otherwise linking the Contractor s name and either a description of the Contract or the name of the State or the Customer in any material published, either in print or electronically, to any entity that is not a party to Contract, except potential or actual authorized distributors, dealers, resellers, or service representative. 29. Assignment. The Contractor shall not sell, assign or transfer any of its rights, duties or obligations under the Contract, or under any purchase order issued pursuant to the Contract, without the prior written consent of the Customer. In the event of any assignment, the Contractor remains secondarily liable for performance of the contract, unless the Customer expressly waives such secondary liability. The Customer may assign the Contract with prior written notice to Contractor of its intent to do so. 30. Antitrust Assignment. The Contractor and the State of Florida recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by the State of Florida. Therefore, the contractor hereby assigns to the State of Florida any and all claims for such overcharges as to goods, materials or services purchased in connection with the Contract. Exhibit A Scope of Services Fare Collection System Equipment A XIV

76 Scope of Services 31. Dispute Resolution. Any dispute concerning performance of the Contract shall be decided by the Customer's designated contract manager, who shall reduce the decision to writing and serve a copy on the Contractor. The decision shall be final and conclusive unless within twenty one (21) days from the date of receipt, the Contractor files with the Customer a petition for administrative hearing. The Customer s decision on the petition shall be final, subject to the Contractor s right to review pursuant to Chapter 120 of the Florida Statutes. Exhaustion of administrative remedies is an absolute condition precedent to the Contractor's ability to pursue any other form of dispute resolution; provided, however, that the parties may employ the alternative dispute resolution procedures outlined in Chapter 120. Without limiting the foregoing, the exclusive venue of any legal or equitable action that arises out of or relates to the Contract shall be the appropriate state court in Leon County, Florida; in any such action, Florida law shall apply and the parties waive any right to jury trial. 32. Employees, Subcontractors, and Agents. All Contractor employees, subcontractors, or agents performing work under the Contract shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Contractor shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under the Contract must comply with all security and administrative requirements of the Customer and shall comply with all controlling laws and regulations relevant to the services they are providing under the Contract. The State may conduct, and the Contractor shall cooperate in, a security background check or otherwise assess any employee, subcontractor, or agent furnished by the Contractor. The State may refuse access to, or require replacement of, any personnel for cause, including, but not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with a Customer s security or other requirements. Such approval shall not relieve the Contractor of its obligation to perform all work in compliance with the Contract. The State may reject and bar from any facility for cause any of the Contractor s employees, subcontractors, or agents. 33. Security and Confidentiality. The Contractor shall comply fully with all security procedures of the United States, State of Florida and Customer in performance of the Contract. The Contractor shall not divulge to third parties any confidential information obtained by the Contractor or its agents, distributors, resellers, subcontractors, officers or employees in the course of performing Contract work, including, but not limited to, security procedures, business operations information, or commercial proprietary information in the possession of the State or Customer. The Contractor shall not be required to keep confidential information or material that is publicly available through no fault of the Contractor, material that the Contractor developed independently without relying on the State s or Customer s confidential information, or material that is otherwise obtainable under State law as a public record. To insure confidentiality, the Contractor shall take appropriate steps as to its personnel, agents, and subcontractors. The warranties of this paragraph shall survive the Contract. 34.Contractor Employees, Subcontractors, and Other Agents. The Customer and the State shall take all actions necessary to ensure that Contractor's employees, subcontractors and other agents are not employees of the State of Florida. Such actions include, but are not limited to, ensuring that Contractor's employees, subcontractors, and Exhibit A Scope of Services Fare Collection System Equipment A XV

77 Scope of Services other agents receive benefits and necessary insurance (health, workers' compensations, and unemployment) from an employer other than the State of Florida. 35. Insurance Requirements. During the Contract term, the Contractor at its sole expense shall provide commercial insurance of such a type and with such terms and limits as may be reasonably associated with the Contract. Providing and maintaining adequate insurance coverage is a material obligation of the Contractor. Upon request, the Contractor shall provide certificate of insurance. The limits of coverage under each policy maintained by the Contractor shall not be interpreted as limiting the Contractor s liability and obligations under the Contract. All insurance policies shall be through insurers authorized or eligible to write policies in Florida. 36. Warranty of Authority. Each person signing the Contract warrants that he or she is duly authorized to do so and to bind the respective party to the Contract. 37. Warranty of Ability to Perform. The Contractor warrants that, to the best of its knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Contractor s ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section of the Florida Statutes, or on any similar list maintained by any other state or the federal government. The Contractor shall immediately notify the Customer in writing if its ability to perform is compromised in any manner during the term of the Contract. 38. Notices. All notices required under the Contract shall be delivered by certified mail, return receipt requested, by reputable air courier service, or by personal delivery to the agency designee identified in the original solicitation, or as otherwise identified by the Customer. Notices to the Contractor shall be delivered to the person who signs the Contract. Either designated recipient may notify the other, in writing, if someone else is designated to receive notice. 39. Leases and Installment Purchases. Prior approval of the Chief Financial Officer (as defined in Section , F.S.) is required for State agencies to enter into or to extend any lease or installment-purchase agreement in excess of the Category Two amount established by section of the Florida Statutes. 40. Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE). Section (2), F.S. requires the following statement to be included in the solicitation: "It is expressly understood and agreed that any articles which are the subject of, or required to carry out, the Contract shall be purchased from the corporation identified under Chapter 946 of the Florida Statutes (PRIDE) in the same manner and under the same procedures set forth in section (2) and (4) of the Florida Statutes; and for purposes of the Contract the person, firm, or other business entity carrying out the provisions of the Contract shall be deemed to be substituted for the agency insofar as dealings with such corporation are concerned." Additional information about PRIDE and the products it offers is available at Products Available from the Blind or Other Handicapped. Section (3), F.S. requires the following statement to be included in the solicitation: "It is expressly understood and agreed that any articles that are the subject of, or required to carry out, Exhibit A Scope of Services Fare Collection System Equipment A XVI

78 Scope of Services this contract shall be purchased from a nonprofit agency for the Blind or for the Severely Handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set forth in section (1) and (2), Florida Statutes; and for purposes of this contract the person, firm, or other business entity carrying out the provisions of this contract shall be deemed to be substituted for the State agency insofar as dealings with such qualified nonprofit agency are concerned." Additional information about the designated nonprofit agency and the products it offers is available at Modification of Terms. The Contract contains all the terms and conditions agreed upon by the parties, which terms and conditions shall govern all transactions between the Customer and the Contractor. The Contract may only be modified or amended upon mutual written agreement of the Customer and the Contractor. No oral agreements or representations shall be valid or binding upon the Customer or the Contractor. No alteration or modification of the Contract terms, including substitution of product, shall be valid or binding against the Customer. The Contractor may not unilaterally modify the terms of the Contract by affixing additional terms to product upon delivery (e.g., attachment or inclusion of standard preprinted forms, product literature, shrink wrap terms accompanying or affixed to a product, whether written or electronic) or by incorporating such terms onto the Contractor s order or fiscal forms or other documents forwarded by the Contractor for payment. The Customer's acceptance of product or processing of documentation on forms furnished by the Contractor for approval or payment shall not constitute acceptance of the proposed modification to terms and conditions. 43. Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, other entities may be permitted to make purchases at the terms and conditions contained herein. Non-Customer purchases are independent of the agreement between Customer and Contractor, and Customer shall not be a party to any transaction between the Contractor and any other purchaser. State agencies wishing to make purchases from this agreement are required to follow the provisions of s (16)(a), F.S. This statute requires the Department of Management Services to determine that the requestor's use of the contract is costeffective and in the best interest of the State. 44. Waiver. The delay or failure by the Customer to exercise or enforce any of its rights under this Contract shall not constitute or be deemed a waiver of the Customer s right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. 45. Annual Appropriations. The State s performance and obligation to pay under this contract are contingent upon an annual appropriation by the Legislature. 46. Execution in Counterparts. The Contract may be executed in counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 47. Severability. If a court deems any provision of the Contract void or unenforceable, that provision shall be enforced only to the extent that it is not in violation of law or is not otherwise unenforceable and all other provisions shall remain in full force and effect. Exhibit A Scope of Services Fare Collection System Equipment A XVII

79 Exhibit B Method of Compensation Central Florida Commuter Rail Transit Fare Collection System Equipment Contract BD Financial Project ID No PURPOSE This exhibit defines the method and limits of compensation to be made to the Vendor for the services described in Exhibit A Scope of Services Fare Collection System Equipment, Exhibit D Fare Collection System Equipment Specifications, and Exhibit E CFCRT Business Rules and Exhibit F Required Contract Provisions for Federal Transportation Administration Federal Aid Contract, and the method by which payments will be made. 2.0 COMPENSATION There is no Budgetary Ceiling. Funds will be authorized for each Written Authorization. For satisfactory completion of the Initial Procurement as described in Exhibit A Scope of Services Fare Collection System Equipment, Exhibit D Fare Collection System Equipment Specifications, Exhibit E CFCRT Business Rules, and Exhibit F Required Contract Provisions for Federal Transportation Administration Federal Aid Contract, when authorized under this Agreement, the Vendor shall be paid a unit price amount as applicable for each item ordered, delivered in accordance with the Milestone Payout Schedule and accepted by the Department as being in compliance with the terms and conditions of the Contract. This Contract is for a defined product whereby the Vendor agrees to furnish the commodity within the prescribed period of time. Subsequent to contract execution the Department will issue a Written Authorization for the commencement of manufacturing and services relative to the production and delivery of this commodity. The Department, based on need and availability of budget, may increase the dollar amount of this agreement by Written Authorization. Execution of this Agreement does not guarantee that the work will be authorized. At the Department s sole discretion additional optional commodities or services may be added to the contract through one or more supplemental agreements, contingent upon legislative appropriation and budget approval. 2.1 Summary of Compensation Initial Procurement: The Department will issue a Written Authorization for the initial Procurement of Fare Collection Equipment within 90 Days of Execution of this agreement. The Written Authorization will specify the equipment and services to be provided under the initial procurement, the schedule, commencement of testing date, and expected final acceptance date. Funding for the Initial Procurement shall be authorized prior to issuance of the Written Authorization. The Initial Procurement is for the Fare Collection System Equipment for SunRail Phase I as defined in Exhibit A Scope of Services Fare Collection System Equipment, Exhibit D Fare Collection System Equipment Specifications, Exhibit E CFCRT Business Rules, and Exhibit F Required Contract Provisions for Federal Transportation Administration Federal Aid Contract. Fees for the Initial Procurement shall not exceed the amount shown in the Written Authorization inclusive of all equipment, installation, delivery, inspections, testing, manuals, training, shipping and handling, bonding, insurance, software and drawings delivered in compliance with the terms and conditions of the Contract, and accepted by the Department Optional Equipment The Department may purchase additional equipment under this provision. At the Department s B-1

80 sole discretion additional equipment may be ordered at the unit prices shown in Table 2, Optional Equipment Pricing, and Table 3, Additional Equipment and Training Price List, inclusive of equipment, installation, delivery, inspections, testing, manuals, training, shipping and handling, bonding, insurance, software and drawings delivered FOB to the location identified in the Written Authorization for the Optional Equipment. The Vendor shall be paid a unit price amount as applicable for each Item ordered, delivered in compliance with the terms and conditions of the Contract, and accepted by the Department in accordance with the Milestone Payout Schedule shown in Table 1 of this Exhibit B Spare Parts, Special Tools, Maintenance Servicing and Diagnostic Equipment, and Training: In conjunction with the Initial Procurement, the Department intends to purchase Spare Parts Special Tools, Maintenance Servicing and Diagnostic Equipment, and Training. The Department may purchase this additional equipment, and Training under this provision on a per unit basis. At the Department s sole discretion additional Spare Parts, Special Tools, Maintenance Servicing, and Diagnostic Equipment, and Training may be purchased by the Department at the rates shown in Table 3, Additional Equipment and Training Price List. The quantity ordered, delivery location and date of delivery of each order shall be at the sole discretion of the Department. Payment for the initial Procurement of Spare Parts, Special Tools and Maintenance Servicing, and Diagnostic Equipment and Training will be made in accordance with the Milestone Payout Schedule for the Initial Procurement and individually on an as needed basis thereafter. Spare Parts, Special Tools, Maintenance Servicing and Diagnostic Equipment, and Training pricing as shown in Table 3 of this Exhibit B Method of Compensation shall be valid for orders placed through December 31, Optional Maintenance Plan, Warranty Plan, and Operations, Maintenance, and Technical Support. The Department may request these services on an as needed basis. In the event that the Department does require these services the Department will issue a separate Written Authorization for the Maintenance Plan, Warranty Plan, Operations, and Maintenance and Technical Support Services on an as needed basis. The Vendor will be compensated for these services at the monthly unit rates established in Table 1, page B Details of Compensation 3.1 Initial Procurement The Vendor will receive progress payments for these commodities based on quantities delivered and accepted by the Department in accordance with the Milestone Payout Schedule in Table 1, Page B-4, the sum of which shall not exceed the Maximum Amount authorized in the Written Authorization. Final payment shall be made at such time as the Department accepts the commodities as being in complete compliance with all terms and conditions of the contract Optional Equipment The Vendor will receive progress payments for these commodities based on quantities delivered and accepted by the Department in accordance with the Milestone Payout Schedule shown in Table 1, Page B-4, the sum of which shall not exceed the Maximum Amount stated in the Written Authorization for Optional Equipment. Final payment shall be made at such time as the Department accepts the commodities as being in complete compliance with all terms and conditions of the contract. B-2

81 Spare Parts, Special Tools, Maintenance Servicing, and Diagnostic Equipment and Training: The Vendor will receive payment for Spare Parts, Special Tools, Maintenance Servicing and Diagnostic Equipment, and Training based on quantities delivered and accepted by the Department. The Department will specify the date for delivery of the parts to the Vehicle Storage and Maintenance Facility or other location within the corridor as specified by the Department. Payment for the Initial Procurement of Spare Parts, Special Tools, Maintenance Servicing, and Diagnostic Equipment and Training shall be made based on the Milestone Payout Schedule in Table Optional Spare Parts, Special Tools, Maintenance Servicing, and Diagnostic Equipment and Training The Vendor will receive payment for additional Spare Parts, Special Tools, and Maintenance Servicing, Diagnostic equipment and Training purchased at the unit rates shown in Table 3, Additional Equipment and Training Price List of this Exhibit B. At the discretion of the Department, any spare parts owned by the Vendor and on location for use as Warranty Spare Parts may be purchased by the Department as Spare Parts at the end of the warranty period. 3.4 Optional Maintenance Plan, Warranty Plan, Operations, and Maintenance and Technical Support. At the sole discretion of the Department and subject to a Written Authorization issued by the Department the Vendor shall provide Optional Maintenance Plan, Warranty Plan, and Operations, Maintenance and Technical Support services under this contract. Payment for these services shall be at the rates shown in Table 1, On-Going Support of this Exhibit B for Maintenance and Warranty Plans. Operations, Maintenance Services and Technical Support shall be added by Supplemental Agreement. The Vendor will receive Progress payments for these services at monthly intervals as approved by the Department. 4.0 INVOICING PROCEDURE The Vendor shall receive final payment for the Fare Collection System Equipment in accordance with the Milestone Payout Schedule, and after final acceptance has been given by the Department Milestone requirements are detailed in Exhibit B-1 pages B-1.1 through B The Vendor will be eligible for progress payments under this agreement when all elements of each milestone defined in the Milestone Payout Schedule Detail attached hereto as Exhibit B-1, pages B-1.1 through B-1.12 and by this reference made a part hereof, are completed or reached. The Vendor shall provide a certificate at the time of each milestone as indicated in the Milestone Payout Schedule certifying the amount of work completed by the Vendor. Payments shall be achieved and become eligible for payment only in the sequential order listed in Milestone Payout Schedule. The Vendor shall certify the cumulative level of effort completed by the Vendor. The Department may at its sole discretion make partial milestone payments out of sequence. 4.1 Initial Procurement: Payments shall be achieved and become eligible for payment in accordance with the Milestone Payout Schedule. The Vendor shall certify the cumulative level of effort completed by the Vendor. The Vendor shall submit with each invoice certification that all requirements of each milestone have been completed and approved by the Department. Documentation must be on file with the Vendor and forwarded to the Department to support the B-3

82 invoiced costs. The Vendor shall maintain books and records as related to this Agreement in such a manner that supports each invoice. 4.2 Optional Equipment and Training Payment for Optional Fare Collection System Equipment will be made in accordance with the Milestone Payout Schedule and section 4.1 of this Exhibit B. 4.3 Additional Equipment and Training: Payment for Spare Parts, Special Tools, Maintenance Servicing, and Diagnostic Equipment, and Training shall be made at the unit rates shown in Table 3 Additional Equipment and Training Price List, of this Exhibit B, upon acceptance of the Department. 4.4 On-Going Support: Maintenance Plan, Warranty Plan, Operations, Maintenance, and Technical Support will be paid at the Monthly Rate established in Table 1, On-Going Support, of this Exhibit B as approved by the Department 5.0 PROJECT CLOSEOUT If requested, the Vendor will permit the Department to perform, or have performed, an audit of the records of the Vendor and any or all subvendors to support the compensation paid the Vendor. The audit will be performed as soon as practical after completion and acceptance of the contracted services. In the event funds paid to the Vendor under this agreement are subsequently properly disallowed by the Department because of accounting errors or changes not in conformity with this Agreement, the Vendor agrees that such disallowed amounts are due to the Department on demand. Further, the Department will have the right to deduct from any payment due the Vendor under any other contract any amount due the Department. 6.0 PAYMENT SCHEDULES Table 1, Milestone Payout Schedule Table 1, Milestone payment requirements are detailed on pages B-1.1 through B-1.12 Optional Equipment: Unit Rates for Optional Equipment are shown below in Table 2, Optional Equipment Pricing of this Exhibit B. Additional Equipment and Training: Unit rates for Spare Parts, Special Tools, Maintenance Servicing, Diagnostic Equipment Warranty Spare Parts and Training Price are shown below in Table 3, Additional Equipment and Training of this Exhibit B. On-Going Support: Monthly unit rates for Maintenance Plan, Warranty Plan and Operations Maintenance and Technical Support services are shown below in Table 1, On-Going Support of this Exhibit B. B-4

83 TABLE 1 Milestone Payout Schedule STATE OF FLORIDA DEPARTMENT OF TRANSPORATION Central Florida Commuter Rail Transit (CFCRT) Fare Collection System Equipment Milestone Description Milestone #1: Approval of Installation and Interface, list of spare parts, testing plans, sheets and reports for the In-Progress, Mid-Point, Preliminary and Final Design Reviews Milestone #2: Complete Design Qualification Testing, First Article Configuration Inspection 5% (FACI), and First Article Testing (FAT) Milestone #3: Complete all delivery and installations of CDCIS including DSC, data 5% networking system and workstations, Delivery of Signed Software Code Deposit Agreement Milestone #4: Complete delivery of all equipment including TVMs, SPTVs, HHTVs and 15% POSMs Milestone #5: Complete Network Integration Inspection and Related Testing N/A Milestone #6: Approval of Acceptance Testing Plan N/A Milestone #7: Complete installation, integration and conditional acceptance testing of all 25% TVM, SPTV, HHTV, POSM equipment Milestone #8: Final Acceptance of all delivery, installation and delivery of equipment and 25% products Milestone #9: Delivery of all Spare Parts and Fare Media 5% Milestone #10: Successful Completion of all Training Courses 5% Milestone #11: Delivery of all Manuals, Special Tools and Diagnostic and Test Equipment 5% Milestone #12: Delivery of Software Escrow and Source Codes 10% Total 100% On-Going Support Maintenance Plan, (Monthly) (Annual amount / 12) Warranty Plan (Extended Warranty) (Annual amount / 12) Operations, Maintenance and Technical Support % Payment* N/A Monthly Amount Monthly Amount Monthly Amount *Percentage of Total Maximum Amount B-5

84 Table 2 Fare Collection System Equipment, Initial Procurement STATE OF FLORIDA DEPARTMENT OF TRANSPORATION Central Florida Fare Collection System Equipment I INITIAL PROCUREMENT EQUIPMENT RATES Description of Item Model No. and Part No. Unit Unit Price 1 Full Service Ticket Vending Machines (FSTVM) Each $ 2 Cashless Ticket Vending Machines (CTVM) Each $ 3 Station Platform Ticket Validator Units Each $ 4 Hand Held Ticket Validator Units Each $ 5 Point-of Sale Machines Each $ 6a Fare Media/Smart Cards (Per 2,500 card unit) (Standard) Unit $ 6b Limited Use Smart Cards (Paper), (2,500 per unit) Unit $ 7 Central Data Collection & Information System System $ 8 Spare Parts, Special Tools & Maintenance Servicing Equipment Unit rate $ Maintenance Services Plan, From Exhibit C, Table 3 Monthly Amount $ Training Plan Per Person See Page B-8 Extended Warranty Plan, Monthly Amount $ The remainder of this page was intentionally left blank B-6

85 Table 2, Continued OPTIONAL EQUIPMENT STATE OF FLORIDA DEPARTMENT OF TRANSPORATION Central Florida Fare Collection System Equipment II OPTIONAL EQUIPMENT PRICING Prices valid for Orders placed through June 2015 No. Description of Item Model No. and Part No. Unit Unit Price Full Service Ticket Vending Machines (FSTVM)* $ Each $ Cashless Ticket Vending Machines (CTVM)*, $ Each Station Platform Ticket Validator Units $ Each 4 Hand Held Ticket Validator Units $ Each $ 5 Point-of Sale Machines $ Each 6.a 6.b 7 8 Fare Media/Smart Cards (Per 2,500 card unit) (Standard) $ Unit Limited Use Smart Cards (Paper), (2,500 per unit) $ Unit $ Maintenance Services Plan, Per Month, From Exhibit C, Table 2 $ Month Central Data Collection & Unit Rate Information System, From Exhibit C, Table 3 $ $ $ $ $ $ $ The remainder of this page was intentionally left blank B-7

86 TABLE 3, Additional Equipment and Training Price List Spare Parts, Special Tools, Maintenance Servicing and Diagnostic Equipment Price List STATE OF FLORIDA DEPARTMENT OF TRANSPORATION Central Florida Fare Collection System Equipment Part Description/Name Manufacturer & Part Number Cost per unit Spare Parts* Special Tools Maintenance Servicing Equipment Diagnostic Test Equipment Unit rates from page C-3 from the Price proposal will be inserted here $ Unit rates from page C-3 from the Price proposal will be inserted here $ Unit rates from page C-3 from the Price proposal will be inserted here $ Unit rates from page C-3 from the Price proposal will be inserted here $ $ $ $ $ $ $ $ $ $ $ *Warranty Spare Parts purchased by the Department shall be at the rates listed above for Spare Parts, as applicable B-8

87 Table 3, Additional Equipment and Training Price List, Continued Training, STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Central Florida Fare Collection System Equipment Training Plan Course Cost Breakdown Course Cost per Student Revenue Servicing $ Field Maintenance and Servicing $ Shop Repair $ Revenue Maintenance Workstation Operations $ Administrative Workstation Operations $ Security Workstation Operations $ TVM Accounting and Registration Information $ Unit Rates for Training from Exhibit C, will be inserted in the table above and become part of the contract B-9

88 Central Florida Fare Collection System Equipment Milestone Payment Verification and Authorization MILESTONE #1 DETAIL Milestone #1: Approval of Installation and Interface, list of spare parts, testing plans, sheets and reports for the In-Progress, Mid-Point, Preliminary and Final Design Reviews 1. Submission and Approval of premilinary shop, station installation, and installation and interface by location at In-Progress design review 2. Submission and Approval of detailed TVM, TVU station platform validator pedestal bolt patterns and all other mounting requirements at In-Progress design review 3. Submission and Approval of Wiring and Installation Plan at In-Progress design review 4. Submission and Approval of premilinary shop, station instillation, and installation and interface by location at Mid-Point design review 5. Submission and Approval of detailed TVM, TVU station platform validator pedestal bolt patterns and all other mounting requirements at Mid-Point design review 6. Submission and Approval of Wiring and Installation Plan at Mid-Point design review 7. Submission and Approval of premilinary shop, station instillation, and installation and interface by location at PDR 8. Submission and Approval of detailed TVM and SPTV bolt patterns and all other mounting requirements at PDR 9. Submission and Approval of Wiring and Installation Plan at PDR 10. Submission and Approval of Initial Installation and Interface Plan at PDR 11. Submission and Approval of Draft and Final Testing Plans at PDR 12. Submission and Approval of Final List of Spare Parts at PDR 13. Submission and Approval of Training Curricula at PDR 14. Submission and Approval of Final Warranty Plan at PDR 15. Submission and Approval of Final Installation and Interface Plan at FDR 16. Submission and Approval of premilinary shop, station instillation, and installation and interface by location at FDR Vendor Approval FDOT Approval 17. Submission and approval of detailed TVM, TVU station platform validator pedestal bolt patterns and all other mounting requirements at FDR 18. Submission and Approval of Wiring and Installation Plan at FDR 19. Submission and Approval of Installation and Removal Procedures at FDR 20. Submission and Approval of Storage Plan and Operations Plan at FDR 21. Submission and Approval of Location Specific Installation Drawings 22. Submission and Approval of Installation Readiness Certification 23. Submission and Approval of Detailed Testing Sheets Pay Item Approved By: Date: Florida Department of Transportation: Printed Name Pay Item Approved By: Vendor: Printed name: Date: B-1.1

89 Central Florida Fare Collection System Equipment Milestone Payment Verification and Authorization MILESTONE #2 DETAIL Milestone #2: Complete Design Qualification Testing, First Article Configuration Inspection (FACI), and First Article Testing (FAT) 1. Submission and Approval of Draft and Final Testing Plans 2. Submission and Approval of Design Qualification Testing Sheets 3. Conduct Design Qualification Testing at PDR 4. Submission and Approval of Design Qualification Testing Reports 5. Submission and Approval of FACI Testing Sheets 6. Conduct FACI of first production TVM, TVU, HHTV, POSM and CDCIS equipment 7. Submission and Approval of FAT Procedures and Reports 8. Submission and Approval of FAT Sheets 9. Conduct FAT of final production TVM, TVU, HHTV, POSM and CDCIS equipment 10. Submission and Approval of FAT Sheets and Reports Vendor Approval FDOT Approval Pay Item Approved By: Date: Florida Department of Transportation: Printed Name Pay Item Approved By: Vendor: Printed name: Date: B-1.2

90 Central Florida Fare Collection System Equipment Milestone Payment Verification and Authorization MILESTONE #3 DETAIL Milestone #3: Complete all delivery and installations of CDCIS including DSC, data networking system and workstations 1. DSC Delivered in accordance with Written Authorization 2. DSC Quantities Correct 3. DSC as specified 4. DSC condition accepted 5. Data Networking Equipment Delivered in accordance with the Written Authorization 6. Data Networking Equipement Quantities Correct 7. Data Networking Equipment as specified 8. Data Networking Equipment condition accepted 9. Workstations Delivered in accordance with The Written Authorization 10. Workstations Quantities Correct 11. Workstations as specified 12. Workstations condition accepted 13. Application Software Delivered in accordand with Written Authorization 14. Application Software as specified 15. Application Software Quantities Correct 16. Application Software as specified 17. Application Software condition accepted 18. Report Generation Software as specified 19. Report Generation Software Quantities Correct 20. Report Generation Software as specified 21. Report Generation Software condition accepted 22. CDCIS equipment and networking installation accepted. 23. Deliver Software Code Deposit Agreement signed by Vendor Pay Item Approved By: Date: Florida Department of Transportation: Printed Name Pay Item Approved By: Vendor: Printed name: Date: Vendor Approval FDOT Approval B-1.3

91 Central Florida Fare Collection System Equipment Milestone Payment Verification and Authorization MILESTONE #4 DETAIL Milestone #4: Complete delivery of all equipment including TVMs, TVUs, HHTVs and POSMs 1. TVMs Delivered in accordance with the contract 2. TVMs Quantities Correct 3. TVMs as specified 4. TVMs condition accepted 5. TVUs Delivered in accordance with the contract 6. TVUs Quantities Correct 7. TVUs as specified 8. TVUs condition accepted 9. HHTVs Delivered in accordance with the contract 10. HHTVs Quantities Correct 11. HHTVs as specified 12. HHTVs condition accepted 13. POSMs Delivered in accordance with the contract 14. POSMs Quantities Correct 15. POSMs as specified 16. POSMs condition accepted Vendor Approval FDOT Approval Pay Item Approved By: Date: Florida Department of Transportation: Printed Name Pay Item Approved By: Vendor: Printed name: Date: B-1.4

92 Central Florida Fare Collection System Equipment Milestone Payment Verification and Authorization MILESTONE #5 DETAIL Milestone #5: Complete Network Integration Inspection and Related Testing 1. Complete first installation of TVM, TVU, HHTV and POSM 2. Submission and Approval of Network Integration Inspection and Related Testing Sheets 3. Conduct Network Integration Inspection and Related Testing 4. Submission and Approval of Network Integration Inspection and Related Testing Reports Vendor Approval FDOT Approval Pay Item Approved By: Date: Florida Department of Transportation: Printed Name Pay Item Approved By: Vendor: Printed name: Date: B-1.5

93 Central Florida Fare Collection System Equipment Milestone Payment Verification and Authorization MILESTONE #6 DETAIL Milestone #6: Approval of Acceptance Testing Plan 1. Submission and Approval of Acceptance Testing Plan Vendor Approval FDOT Approval Pay Item Approved By: Date: Florida Department of Transportation: Printed Name Pay Item Approved By: Vendor: Printed name: Date: B-1.6

94 Central Florida Fare Collection System Equipment Milestone Payment Verification and Authorization MILESTONE #7 DETAIL Milestone #7: Complete installation, integration and conditional acceptance testing of all TVM, TVU, HHTV, POSM equipment Major subsystems requiring inspection and approval for conditonal acceptance TVM 1. Display Screen, tested and fully functional 2. Push Button Controls, tested and fully functional 3. Coin Handling System (FSTVM only), tested and fully functional 4. Bill Handling System (FSTVM only), tested and fully functional 5.Credit and Debit Card Subsystem, tested and fully funcitional 6. Smart Card Subsystem, tested and fully functional 7. Ticket Issuing System, tested and fully functional 8. TVM Control System, tested and fully functional 9. Functional Requirements, tested and fully functional 10. Auxiliary Power System, tested and fully functional 11. Servicing and Maintenance Access, tested and fully functional 12.Light Fixture, tested and fully functional 13. Circuit Breakers, tested and fully functional 14. TVM Cabinet, tested and fully functional 15. Air Circulation Units, tested and fully functional 16. Drainage, tested and fully functional 17. TVM Data, tested and fully functional 18. Alarm Transmission, tested and fully functional 19. Audit Ticket Data, tested and fully functional TVU 20. Smart Card Validation tested and fully functional 21. Customer User Interface, tested and fully functional 22. Validator Control, tested and fully functional 23. Data Transfer System, tested and fully functional HHTV 24. Smart Card Subsystem tested and fully functional 25. Card Reader, tested and fully functional 26. Receipt Printing, tested and fully functional 27. Transaction Processing, tested and fully functional 28. Conductor Interface, tested and fully functional 29. Validator Control, tested and fully functional 30. Data Transfer System, tested and fully functional POSMs 31. Smart Card Subsystem tested and fully functional 32. Card Reader, tested and fully functional 33. Receipt Printing, tested and fully functional 34. Transaction Processing, tested and fully functional 35. User Interface, tested and fully functional 36. Data Transfer System, tested and fully functional Vendor Approval FDOT Approval 37. Installation, integration and conditional testing of all equipment accepted. Pay Item Approved By: Date: Florida Department of Transportation: Printed Name Pay Item Approved By: Vendor: Printed name: Date: B-1.7

95 Central Florida Fare Collection System Equipment Milestone Payment Verification and Authorization MILESTONE #8 DETAIL Milestone #8: Final Acceptance of all delivery, installation and delivery of equipment and products Major subsystems requiring inspection and approval for final acceptance TVM 1. Display Screen, tested and fully functional 2. Push Button Controls, tested and fully functional 3. Coin Handling System (FSTVM only), tested and fully functional 4. Bill Handling System (FSTVM only), tested and fully functional 5.Credit and Debit Card Subsystem, tested and fully funcitional 6. Smart Card Subsystem, tested and fully functional 7. Ticket Issuing System, tested and fully functional 8. TVM Control System, tested and fully functional 9. Functional Requirements, tested and fully functional 10. Auxiliary Power System, tested and fully functional 11. Servicing and Maintenance Access, tested and fully functional 12.Light Fixture, tested and fully functional 13. Circuit Breakers, tested and fully functional 14. TVM Cabinet, tested and fully functional 15. Air Circulation Units, tested and fully functional 16. Drainage, tested and fully functional 17. TVM Data, tested and fully functional 18. Alarm Transmission, tested and fully functional 19. Audit Ticket Data, tested and fully functional TVU 20. Smart Card Validation tested and fully functional 21. Customer User Interface, tested and fully functional 22. Validator Control, tested and fully functional 23. Data Transfer System, tested and fully functional HHTV 24. Smart Card Subsystem tested and fully functional 25. Card Reader, tested and fully functional 26. Receipt Printing, tested and fully functional 27. Transaction Processing, tested and fully functional 28. Conductor Interface, tested and fully functional 29. Validator Control, tested and fully functional 30. Data Transfer System, tested and fully functional POSMs 31. Smart Card Subsystem tested and fully functional 32. Card Reader, tested and fully functional 33. Receipt Printing, tested and fully functional 34. Transaction Processing, tested and fully functional 35. User Interface, tested and fully functional 36. Data Transfer System, tested and fully functional 37. Installation, integration and final testing of all equipment accepted. Pay Item Approved By: Date: Florida Department of Transportation: Printed Name Pay Item Approved By: Vendor: Printed name: Date: B-1.8 Vendor Approval FDOT Approval

96 Central Florida Fare Collection System Equipment Milestone Payment Verification and Authorization MILESTONE #9 DETAIL Milestone #9: Delivery of all Spare Parts and Fare Media This item will be paid according to the actual date of the spare parts acceptance 1. Spare Parts Delivered in accordance with the Written Authorization 2. Spare Parts Quantities Correct 3. Spare Parts as specified 4. Spare Parts condition accepted 5. Standard Contactless Smart Cards Delivered in accordance with the Written Authorization 6. Standard Contactless Smart Cards Quantities Correct 7. Standard Contactless Smart Cards as specified 8. Standard Contactless Smart Cards condition accepted 9. Limited Use Paper Stock Contactless Smart Cards Delivered in accordance with the Written Authorization 10. Limited Use Paper Stock Contactless Smart Cards Quantities Correct 11. Limited Use Paper Stock Contactless Smart Cards as specified 12. Limited Use Paper Stock Contactless Smart Cards condition accepted Vendor Approval FDOT Approval Pay Item Approved By: Date: Florida Department of Transportation: Printed Name Pay Item Approved By: Vendor: Printed name: Date: B-1.9

97 Central Florida Fare Collection System Equipment Milestone Payment Verification and Authorization MILESTONE #10 DETAIL Milestone #10: Successful Completion of all Training Courses 1. Revenue Servicing Training completed as required 2. Field Maintenance and Servicing Training completed as required 3. Shop Repair Training completed as required 4. Revenue and Maintenance Workstation Operations Training completed as required 5. Administrative Workstation Operations Training completed as required 6. Security Workstation Operations Training completed as required 7. TVM Accounting and Registration Information completed as required 8. Completion of training program 9. Training materials delivered and accepted Vendor Approval FDOT Approval Pay Item Approved By: Date: Florida Department of Transportation: Printed Name Pay Item Approved By: Vendor: Printed name: Date: B-1.10

98 Central Florida Fare Collection System Equipment Milestone Payment Verification and Authorization MILESTONE #11 DETAIL Milestone #11: Delivery of all Manuals, Special Tools and Diagnostic and Test Equipment 1. Fare Collection Operating Instruction Manual updated, delivered and accepted 2. Fare Collection Equipment Preventative Maintenance Manual updated, delivered and accepted 3. Fare Collection Equipment Corrective Maintenance Manual updated, delivered and accepted 4. Fare Collection Equipment Shop Repair and Overhaul Manual updated, delivered and accepted 5. Fare Collection Equipment Parts Manual updated, delivered and accepted 6. Fare Collection Equipment Software and Programming Manual updated, delivered and accepted 7. Fare Collection Equipment Software Source Code Manual updated, delivered and accepted 8. CDCIS Original Equipment Manufacture (OEM) Manual updated, delivered and accepted 9. CDCIS Adminstrator's Manual updated, delivered and accepted 10. CDCIS Workstation User's Manual updated, delivered and accepted 11. CDCIS Security Workstation User's Manual updated, delivered and accepted 12. CDCIS Report Formatting Manual updated, delivered and accepted 13. CDCIS Design and Database Structure Manual updated, delivered and accepted 14. CDCIS Software Source Code Manual updated, delivered and accepted 15. Delivery and Acceptance of all Special Tools 16. Delivery and Acceptance of all Diagnostic and Test Equipement (DTE) Pay Item Approved By: Date: Florida Department of Transportation: Printed Name Pay Item Approved By: Vendor: Printed name: Date: Vendor Approval FDOT Approval B-1.11

99 Central Florida Fare Collection System Equipment Milestone Payment Verification and Authorization MILESTONE #12 DETAIL Milestone #12: Delivery of Software Escrow and Source Codes Source Code deposited and approved by the Department as per the Softwrae Code Deposit Agreement 1. Deposit TVM Source Code 2 Deposit TVU Source Code 3. Deposit HHTV Source Code 4. Deposit POSM Source Code 5. Deposit Contactless Smart Cards Source Code 6. Deposit CDCIS Workstations Source Code 7. Deposit DSC Source Code 8. Electronic printed circuit boards, artwork, board layouts, bill of materials and schematics, data files, data file structure, data file mapping and cross-referencing, and data dictionary (availability of deposit materials listed for Item No. 8 is dependent upon supplier cooperation). Vendor Approval FDOT Approval Pay Item Approved By: Date: Florida Department of Transportation: Printed Name Pay Item Approved By: Vendor: Printed name: Date: B-1.12

100 Table of Contents Exhibit D Fare Collection System Equipment Specifications Table of Contents 1.0 System Requirements General Description Code Requirements Project Participants Products Design Criteria Reliability Maintainability Ticket Vending Machines General Submittals Products Functional Requirements Customer User Interface Coin Handling System Bill Handling System Credit and Debit Card Subsystem Smart Card Subsystem Ticket Issuing System TVM Control System Functional Requirements Auxiliary Power System Servicing and Maintenance Access Light Fixture Circuit Breakers Cabinet Air Circulation Units Drainage TVM Data Alarm Transmission Audit Ticket Data DELIVERABLES Station Platform Ticket Validator General Submittals Exhibit D Fare Collection System Equipment Specifications D i

101 Table of Contents 3.2 Products Design Features Functional Requirements Execution Performance Requirements DELIVERABLES Handheld Ticket Validator General Submittals Products Design Features Functional Requirements Execution Performance Requirements DELIVERABLES On Board Smart Media Processor General Submittals Products Design Features Functional Requirements OSMP Modules OSMP Operations Execution Performance Requirements DELIVERABLES Point of Sale Machine General Submittals Products Design Features Functional Requirements Execution Performance Requirements DELIVERABLES Central Data Collection & Information System General Description Submittals Products Central Data Collection & Information System (CDCIS) Subsystems and Application Data Storage Computer (DSC) Fare Processor Exhibit D Fare Collection System Equipment Specifications D ii

102 Table of Contents Device Management System (DMS) Regional Clearinghouse Application (RCA) Online Ticketing Application (OTA) Customer Administration Application (CAA) System Status and Security Monitoring Application (SSSMA) Servers Workstations Data Networking Data Transmission Report Generation Application Software System Application Programming Interfaces Graphical User Interfaces Configuration Management Contract Data Requirements Lists (CDRLs)... Error! Bookmark not defined. DELIVERABLES Installation and Interfaces General Description Reference Standards Submittals Quality Assurance Execution Installation and Interface DELIVERABLES Design Review and Testing General Description Submittals Execution Project Master Schedule Testing Plans, Procedures, Facilities and Reports Equipment Operations Testing Network Integration Inspection and Related Testing Installation and Acceptance Inspection and Testing Design Reviews DELIVERABLES Product Support General Description Submittals Products Training Courses Technical Support Exhibit D Fare Collection System Equipment Specifications D iii

103 Table of Contents Manuals Software Escrow Diagnostic and Test Equipment (DTE) Special Tools Spare Parts Spare Parts Recommendation Warranty Operations and Maintenance Support DELIVERABLES Exhibit D Fare Collection System Equipment Specifications D iv

104 Abbreviations and Acronyms Abbreviations and Acronyms ABS ADA ADAAG AES APDU API CDCIS CFCRT CAA CDRL COO COS CTS CTVM DSC DMS DTE EMI EMV FACI FAT FDR FSTVM GUI HHTV IEC ISO LAN Account Based System American with Disabilities Act Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities Advanced Encryption Standard Application Protocol Data Unit Application Programming Interface Central Data Collection & Information System Central Florida Commuter Rail Transit Customer Administration Application Contract Deliverables Requirements List Chief Operating Officer Card Operating System Communications Transmission Subsystem Cashless Ticket Vending Machine Data Storage Computer Device Management System Diagnostic and Test Equipment Electromagnetic Compatibility Europay, MasterCard and Visa First Article Configuration Inspection First Article Testing Final Design Review Full Service Ticket Vending Machine Graphical User Interfaces Handheld Ticket Validator International Electrotechnical Commission International Organization for Standardization Local Area Network Exhibit D Fare Collection System Equipment Specifications D v

105 Abbreviations and Acronyms MIL HDBK MTTR MDT NFC NIC OCC OCD OMC OSMP OTA PAD PCI DSS PDR PIV POSM QA/QC RCA RF SCSU SMT SPTV SSSMA SQL TVM UL UPS Military Handbook Mean Time to Repair Mobile Data Terminal Near Field Communication Network Interface Card Operations Control Center Operator Control and Display Operations and Maintenance Vendor On Board Smart Media Processor Online Ticketing Application Patron Antenna and Display Payment Card Industry Data Security Standard Preliminary Design Review Personal Identity Verification Point of Sale Machine Quality Assurance/Quality Control Regional Clearinghouse Application Radio Frequency Supplemental Change Storage Units Smart Media Technology Station Platform Ticket Validator System Status and Security Monitoring Application Structured Query Language Ticket Vending Machine Underwriter Laboratories Uninterruptible Power Supply Exhibit D Fare Collection System Equipment Specifications D vi

106 System Requirements 1.0 System Requirements 1.1 General Description The Fare Collection System shall consist of Ticket Vending Machines (TVMs), a Central Data Collection & Information System (CDCIS), Station Platform Ticket Validators (SPTVs), Handheld Ticket Validators (HHTVs), On Board Smart Media Processors (OSMPs), Point of Sale Machines (POSMs), spare parts, special tools, test equipment, documentation, training, technical assistance and warranty as part of the system. The TVMs shall be designed for outdoor installation in a covered but open environment which includes precipitation, sun glare, heat and solar loading. The SPTVs and any equipment supplied and/or installed that is not housed in an environmentally controlled enclosure shall be rated to operate in the environmental conditions of the Central Florida area. It is required that the TVMs, SPTVs, HHTVs, OSMPs and POSMs (Fare Collection Equipment) shall be service proven for revenue service. The system shall be of materials that are new and free of defects and which conform to the requirements of the technical specification. The TVMs shall be a standard modular production model which shall have a certifiable record of reliable, low maintenance operation on one or more existing transit systems under service conditions similar to those indicated herein for a period not less than the past two (2) years. The TVM shall have a certifiable record of satisfactory performance reliability on similar types of installations. In the Technical Proposal, the Vendor described similar installations including reliability rates for the system implementation. For the purposes of reliability rates as defined below, failures shall mean any reason that the TVM is inoperable. Reliability rates of similar installations shall be defined and calculated using the following: Failure Rate defined as the number of failures in a 3 month period divided by the number of TVMs in the group. Tickets Vended Failure Rate defined as the number of tickets vended failures in a 3 month period multiplied by 10,000 and then divided by the total number of tickets vended by all TVMs in the group. Mean Cycles Between Failures defined as the sum of the total transactions for each piece of equipment divided by the number of failures for the same equipment. Mean Time to Repair (MTTR) defined as the time to restore the equipment back to revenue service and shall be calculated from the moment the TVM failure has been reported to the moment the equipment has been tested and Exhibit D Fare Collection System Equipment Specifications D 1

107 System Requirements verified as fully functional and has been restored to revenue service. The time to restore to revenue service shall be measured as the total elapsed time including troubleshooting and replacement or repair, using the diagnostics, special tools, and procedures provided by the Vendor. Fare payment media (standard and limited use contactless smart cards) shall be provided by the Vendor with: a Card Operating System (COS) that allows for the creation of a file structure; supports the minimum required application protocol data unit (APDU) command set; is compliant to ISO (Type A and Type B) and identified components of ISO 7816; supports encoding with FDOT, LYNX and Votran specific keys; and is commercially available in the U.S. for transit fare payment. Customers shall buy tickets and passes or use transfer upgrade tickets for passage on the CFCRT system. The ticket, pass, or transfer upgrade ticket, in each case, evidences payment of fare and enables barrier free fare control throughout the CFCRT system. No cash fares shall be collected aboard CFCRT trains. Self service ticket vending machines (TVMs) located on CFCRT station platforms shall make change (FSTVMs only) and vend single ride tickets, round trip tickets, transfer upgrade tickets, day passes, weekly and monthly passes, and stored value cards Code Requirements The fare collection system shall be designed and installed to comply with all applicable local, state and national design codes, ordinances, and standards, including Payment Card Industry Data Security Standards (PCI DSS), American Public Transportation Association s Contactless Fare Media System (APTA CMFS) Standard, FTA National ITS Architecture Policy on Transit Projects and federal rules and regulations existing at the time of procurement and the contract execution date. The Vendor shall be responsible for identifying all local, state, and national design codes, ordinances, statutes, standards, and federal rules and regulations applicable to the fare collection system at the time of contract award. The following is a list of standards to be complied with in the execution of these technical specifications. The list is not intended to be all inclusive. The latest revision in effect for each standard at the time of Written Authorization shall be used in conjunction with this technical specification. Listed below are the principal (not all inclusive) applicable codes: American Welding Society B2.2 American Welding Society C1.1 American Welding Society D1.1 Exhibit D Fare Collection System Equipment Specifications D 2

108 System Requirements American Welding Society D1.2 American Welding Society D1.3 Federal Communication Commission emission limits Military Handbook MIL HDBK 132 National Electric Safety code, American National Standard C2, latest edition. National Electric Code, National Fire Protection Association ANSI/NFPA 70 and 130, latest edition. Underwriters Laboratories UL 751, Vending Machines, latest edition. International Electrotechnical Commission standard 529 (IEC529). International Organization for Standardization (ISO)/International Electrotechnical Commission (IEC) (Type A and Type B) and identified components of ISO 7816 Europay, MasterCard and VISA (EMV) standards. Americans with Disabilities Act (ADA) of 1990, 49 CFR Parts 27, 37, and 30. Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG) Project Participants The Vendor shall be responsible for coordination of the work of its contract with the Department and the Department s Contractors constructing the CFCRT Station Platforms, and providing commuter operations and maintenance services. a. Design/Build (D/B) Contractor The station platforms will be cast in place concrete pads constructed by the Design/Build Firm who is responsible for including in its construction all embeds (structural, electrical and mechanical) needed for station amenities and furnishings. b. Station Finishes Contractors There will be two separate Station Finishes Contractors that will complete the station platforms, one contractor for each phase of the project. The Station Finishes Contractors will be responsible for completing all electrical, communications, mechanical, structural, and architectural features on the station platforms with the exception of the TVMs and SPTVs. d. Construction Engineering and Inspection Contractor The Department will contract the construction engineering and inspection (CEI) work under a professional service contract that will be responsible for oversight of the station contractors including the TVM and SPTV delivery and installation. e. Operations and Maintenance Contractor (OMC) Exhibit D Fare Collection System Equipment Specifications D 3

109 System Requirements In preparation for the new commuter rail service, the Department will be mobilizing an Operations and Maintenance Contractor prior to the completion of the stations. The Operations and Maintenance Contractor will be responsible for operating and maintaining the CFCRT system. Optional operation and maintenance support for the fare collection system equipment may be required by the Vendor at the Department s option with coordination and oversight by the OMC and Chief Operating Officer. f. Chief Operating Officer (COO) The Department has filled the position of COO with a Consultant to the Department. The COO shall report to the CEO of the Department, which is the District Five Secretary. The responsibilities of the COO shall include, but are not be limited to: Having daily oversight of CFCRT commuter rail operations, service, and maintenance to ensure compliance with service standards and budgets, including oversight of all contracted services. Providing timely coordination with the appropriate staff of the individual Signatory Parties, LYNX, Votran, and CSXT in the event of an emergency (such as the need for bus bridges, public service announcements, security, or railroad property issues). Providing timely and comprehensive operational input to and coordination with the individual Signatory Parties and the third party Vendor in order to enable the Department to effectively respond to the needs and requirements of the individual Signatory Member Agencies and to enhance existing CFCRT service and future expansions. g. Public Involvement/Marketing Services Contractor The Department has contracted with a Third Party Services Provider under a separate contract that will be responsible for marketing, branding, public and media relations for CFCRT. The third party vendor will be responsible for developing and maintaining the CFCRT website. The Vendor shall coordinate with the Third Party Services Provider regarding interfaces with the registration, payment and reloading of smart cards and wrapping of fare collection equipment and smart cards. The Third Party Services Provider will also be responsible for provision of wireless services onboard CFCRT vehicles. h. Other Third Party Service Providers Other Third Party Service Providers may be contracted by the Department, to be responsible for the Operation and Maintenance of CFCRT clearinghouse and other required services to be determined. 1.2 Products Design Criteria a. Design Life Exhibit D Fare Collection System Equipment Specifications D 4

110 System Requirements The Fare Collection Equipment design life shall be a minimum of 15 years of full time revenue service in the Central Florida area. The fare collection equipment is expected to operate 24 hours per day and 7 days per week and 52 weeks per year. b. Physical Characteristics Equipment shall be designed and constructed to prevent theft and unauthorized access, minimize the effects of vandalism, prevent unauthorized removal of the equipment from its installed location, facilitate access by authorized personnel, and operate in the environmental conditions described in the section entitled "Operating Environmental Requirements." c. Ease of Use/Safety Fare collection equipment shall be designed to facilitate ease of use and safety for customers, maintainers, servicers, and other Department and LYNX personnel. d. Accessibility for Customers with Disabilities The TVM and SPTV shall comply with the requirements of 49 CFR Parts 27, 37, and 30 of the Americans with Disabilities Act (ADA) of 1990 and the Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG). All operating controls and identification shall be labeled with Braille. The TVM shall be equipped with a voice module to allow visually impaired customers to perform any transaction by following interactive voice instructions, both following displayed messages and providing supplemental messages as needed. e. Lingual Requirements The TVM shall present (not simultaneously) all messages on the display screen(s) in both English and Spanish. The TVM shall have the capability to add up to 5 additional languages on the display screen and audio functions. The default language for the initial display screen messages for all transaction shall be English. The audio capabilities shall correspond with the same language selected at the point when the audio button was depressed. f. Electrical Requirements Each unit of fare collection equipment shall operate from a single phase power source of 120V, 60 Hz, and 30 amps maximum. All fare collection equipment shall be designed to operate with a plus or minus 10 percent fluctuation in line voltage without any equipment damage, decrease in performance, or service interruption. Primary power will be made available at the base of each piece of equipment. g. Stand Alone Capabilities The Fare Collection Equipment shall be able to operate on a stand alone basis (Up to 24 hours the machine will hold credit card data, before it goes into an Out of Service mode). For the TVMs, if one or more TVM goes offline, is powered down, is out of sync with the Central Data Collection & Information System (CDCIS), or otherwise not connected to the Local Area Network (LAN) or Data Storage Computer (DSC), this condition shall not negatively affect any other TVM or other component of the Fare Exhibit D Fare Collection System Equipment Specifications D 5

111 System Requirements Collection Equipment. For the CDCIS, if one or more of the servers goes offline or are unavailable, for any reason, the TVMs and all other Fare Collection Equipment shall continue to operate without loss of any data. h. Smart Cards Interoperability with LYNX and Votran Fare Media and Equipment LYNX and Votran will be accepting smart card fare payments from riders transferring to and from the CFCRT system. The Vendor shall provide smart cards that are compatible with GFI Genfare Odyssey. The CFCRT TVMs and HHTVs shall accept and read magnetic stripe cards from LYNX and Votran bus systems, based on the following card dimensions and specifications: Definitions ANSI/ISO Standard Width /.005 Length /.010 Thickness.010 +/ 001 inches.007 +/.010 (transfers) Material Polyester Stock Paper Stock (transfers/day passes) Vendors shall coordinate with the Department, LYNX and Votran to obtain the GFI GENFARE Technical Specifications for Magnetic Stripe Tickets and GFI Odyssey fareboxes or equivalent. i. CFCRT Branding & Marketing The Vendor shall design fare collection equipment to accommodate space for CFCRT branding and marketing for wrapping equipment. The Department shall provide the Vendor with design elements, graphics and color schemes to wrap fare collection equipment and print on contactless smart cards. Vendor shall print up to five design options on contactless smart cards provided by the Department CFCRT Operating Environmental Requirements The TVMs shall be designed to be installed in an open environment with canopies provided above the equipment and SPTVs in an open environment without canopies provided above the equipment. The equipment will be exposed to elements including direct sunlight, wind driven rain, and lightning. The TVMs and SPTVs shall be capable of operating over an ambient temperature range of 20 F to 110 F. In the summer, direct sunlight conditions will cause cabinet temperature to rise considerably above ambient, in excess of 155 F. All equipment shall be capable of operating in relative humidity up to 95% over the ambient temperature range given above. This shall include periods of condensation and wind driven rain, freezing rain and snow flurries. Exhibit D Fare Collection System Equipment Specifications D 6

112 System Requirements Reliability The reliability rate for all fare collection equipment shall at minimum 99% during normal operations, with the exception when the fare collection equipment is in degraded mode and when fare collection equipment is receiving downloads such as fare changes and system updates from the Central Data Collection & Information System (CDCIS) Maintainability Maximum consideration to maintenance, troubleshooting, component removal, repair and replacement and inspection shall be given in the design of all fare collection equipment. The objective of the maintainability program shall be to minimize maintenance labor, materials, costs, and fare collection downtime. No more than one maintenance person or repairperson shall be required to restore a TVM back into revenue service at the station. Vendor shall submit, as part of the Technical and Price Proposals, the suggested preventative maintenance plan for the fare collection system. The plan shall account for all fare collection equipment including a combination of FSTVMs and CTVMs, with the quantity of each machine type to be supplied is subject to change. Exhibit D Fare Collection System Equipment Specifications D 7

113 Ticket Vending Machines 2.1 General 2.0 Ticket Vending Machines Submittals The technical specifications submission made by the Vendor in its Technical Proposal, for Ticket Vending Machine equipment and installation including reliability rates for the system implementation and schedule for the design, manufacturing, implementation, testing and acceptance of the equipment, and process for replenishing fare media, is incorporated herein by reference. 2.2 Products Functional Requirements Two types of ticket vending machines (TVMs) shall be planned for implementation; a cashless TVM (CTVM) that will accept only credit/debit cards but not cash and a fullservice TVM (FSTVM) that will accept both cash and credit/debit cards for payment and issue change. CTVMs and FSTVMs shall be designed to issue tickets (standard and limited use contactless smart cards) and add value to smart cards for CFCRT customers by accepting coins, bills or credit/debit cards transactions. The CTVMs shall be capable of the same functions as the FSTVMs, except for accepting cash and providing change. The quantity of each CTVMs and FSTVMs to be supplied is subject to change. The design of the TVMs shall be based on simple, clear and reliable construction, and modular components to make them easy to use and maintain. Each FSTVM shall be equipped to: Accept all U.S. coins (including $1 coins), except pennies; all U.S. dollar bills Provide change in the fewest number of coins as required Return monies deposited if a transaction is canceled or aborted Be configurable to determine which coins or bills are allowable for acceptance Each TVM (FSTVM and CTVM) shall be equipped to: Accept credit and debit cards Read and add trips, passes, and stored values Respond to customer's choice of action Accept magnetic stripe cards from LYNX and Votran bus systems Issue standard and limited use contactless smart cards Register the number of media of each type and price range issued and total value of fare media sold Must be ADA compliant Exhibit D Fare Collection System Equipment Specifications D 8

114 Ticket Vending Machines Provide audio output of messages and instructions Include a security and alarm system Indicate malfunctions of the unit Poll the CDCIS at different intervals throughout the day to download and upload hotlists, positive lists, threshold autoloads and directed autoloads. Include complete on line TVM network capability with remote TVM status monitoring, automatic polling for sales information, a complete audit and accounting system, ability to remotely command TVMs to reset and self diagnose, ability to remotely modify operating parameters, and process all credit/debit card authorizations Customer User Interface a. Display Screen The display screen shall be a color, trans reflective back lighted, 15" minimum Liquid Crystal Display (LCD), easily distinguishable in sunlight. The display screen shall display instructions, information, and user interface and be capable of displaying both text and graphics. The display screen shall adjust automatically to ambient light conditions so screen information can be read under all lighting conditions including direct sunlight and from an angle of up to 15 degrees in any direction and without need for additional light. TVMs shall be installed in an orientation parallel to the tracks as shown on the station platform drawings. The display screen shall be protected by shatter resistant plexiglass or polycarbonate covers and a glare reduction screen. Cathode ray tube (CRT) displays will not be allowed. Direct sunlight and/or high internal cabinet temperature shall not cause deterioration of the display. The LCD shall be industrial grade and required to tolerate extreme internal cabinet temperatures. (A cooling kit should be used to maintain the operating temperature range if required). The display screen shall remain functional when wet with precipitation, and must not suffer from "fogging" due to condensation shall occur. It shall have a minimum life of 135,000 hours during which no fading or other degradation shall occur. The Display Screen together with the ADA compliant interface, shall be the primary means of interface between the TVM and patrons. Therefore both shall be user friendly and located close enough to each other to enable eye movement between the two without the necessity to also move one's head. Braille shall be used to comply with ADA guidelines. The display shall indicate amount due upon selection of ticket type and the remaining amount due, continuously updated by the amount accepted. The current time (synchronized with the TVM processor and updated every minute) shall be displayed on the idle screen. Information on the pushbutton configuration, patron display unit, and messages will be submitted to the Department for acceptance. Exhibit D Fare Collection System Equipment Specifications D 9

115 Ticket Vending Machines All text messages and information displayed shall be capable of being easily modified by the Department.. All such messages shall be configured on the back house equipment and shall be downloaded to the TVMs via both the network and a removable storage media in the event the network is out of order. All messages shall be in English and Spanish with English being the default language. b. Push Buttons The TVMs shall have soft key buttons to allow the customers to make their selections. The buttons shall not be removable from the outside of the TVM, and shall be vandal resistant. All buttons shall be sealed to prevent the intrusion of water. c. Customer Instructions and Feedback The display screen message shall respond to the depression of push buttons and shall provide feedback (visual and audio) throughout the ticket purchasing process, including step by step instructions for purchasing a ticket and error messages responding to improper customer selections. In addition to the display screen, the TVM shall also provide audio beeps and tones to provide feedback to the customer. d. Fare Payment Type/Instructions All payment types accepted including credit cards, U.S. coins and U.S. bill denominations (FSTVMs only) shall be displayed on the exterior of TVMs. General information directing the customer user to the coin and bill slot (FSTVMs only), credit card reader, smart card reader, request receipts shall be displayed on the exterior of TVMs. e. Indication of Special Operating Condition All of the following indications shall be presented on the display screen during applicable special operating conditions: Exact Fare Only No Bills Accepted No Coins Accepted Ticket Type Not Available No Credit, ATM, or Debit Cards Accepted (even if not initially activated) Credit, ATM, and Debit Card Only (even if not initially activated) Receipt not available (even if not initially activated) Time out transaction cancellation warning Out of service Coin Handling System a. General Requirements Coins shall be verified, counted, and, if valid, transferred into escrow. Unacceptable coins shall be rejected individually and sent to the return tray. Upon completion of a Exhibit D Fare Collection System Equipment Specifications D 10

116 Ticket Vending Machines transaction and issuance of valid fare payment, escrowed coins shall be deposited into the coin recirculation system or into the coin vault if the recirculation system is full. If the FSTVM switches to "Out of Service", the FSTVM times out before the amount due is inserted, or the customer cancels the transaction before the transaction is completed, the same denomination of coins shall be returned to the customer via the return tray. FSTVMs shall dispense change in coin denominations, such that the fewest number of coins are dispensed. b. Coin Slot A single vertically oriented coin slot shall be provided permitting coins to pass without restriction directly into the coin acceptor assembly by the force of gravity. The coin insertion mechanism shall be designed so that liquids entering through the slot flow out of the TVM to avoid damage to the TVM and its components. A mechanical shutter, visible to the patron, shall be used to close the slot between transactions. The coin acceptor slot shutter shall remain closed until a due amount is displayed on the patron display screen. The shutter shall automatically open once a transaction has been selected and the fare has been displayed. The coin slot shall be designed to accept coins readily without a frequent occurrence of dropping once the coin leaves the patron's grasp. The shutter shall close automatically whenever one of the following situations occurs: Fare amount due has been inserted into the TVM. Cancel button has been pressed or the transaction is automatically canceled. Coin vault is full. Coin is jammed. TVM or coin processing unit switches to an out or service condition. The coin slot shall be closed normally except when vending is enabled. All U.S. coins (including $1 coins) shall be accepted, except pennies. The FSTVM shall reject coins, slugs or other objects other than the accepted coins and shall be returned to the customer via the return tray. Design of the coin slot shall minimize the possible entry of foreign objects including liquids and dirt. Where such objects are inserted in the coin slot, the coin tracks and coin acceptor shall have the maximum possible self clearing ability. c. Coin Acceptor The coin acceptor shall be of an electronic type. There shall be both minimal mechanical mechanisms and coins rolling on rails. The coin acceptor shall have proven record of use in fare collection system in a public transit environment. The coin acceptor shall check each coin to ensure that it meets U.S. Department of Treasury standards with regard to diameter, thickness, metal alloy, and mass. The coin acceptor shall reject counterfeit and foreign coins, tokens, and invalid items such as slugs and washers. Coins detected as invalid, such as bent coins, tokens, slugs, washers, counterfeit coins, and foreign coins shall be diverted directly to the coin return tray. Exhibit D Fare Collection System Equipment Specifications D 11

117 Ticket Vending Machines d. Coin Escrow All coins shall be held in escrow until the ticket transaction has been completed. If the programmed or physical capacity is exceeded, all coins inserted shall be returned and the transaction automatically cancelled. Sensors shall be used to detect a jam in the escrow and to report such an incident. f. Coin Recirculation The FSTVM shall be provided with a coin recirculation system to minimize frequency of machine servicing for coin replenishment. The Vendor shall propose a design solution for the coin recirculation that best meets the following requirements. Receive all U.S. coins(including $1 coins), except pennies from the escrow, if used, or directly from the coin acceptor, and direct the coins to appropriate selfreplenishing coin magazines. Dispense all U.S. coins(including $1 coins), except pennies from the coin magazines. Employ a locking scheme that requires the Treasury Key and adherence to a "menu" procedure and proper personnel identification before removal of a coinrecirculation magazine. Access to coins inside the magazines shall require a Revenue Key. Dump all coins into the coin vault upon an authorized command provided that adequate space exists in the coin vault. Communicate with the Microprocessor Assembly to report specified events and data. The FSTVM control electronics shall monitor the contents of each recirculating unit and shall record any transfer of coins from the coin recirculating units to the coin vault. The data recorded shall include: Date of the action Time of the action Denominations and number of coins for each denomination transferred from the coin recirculating units Denominations and number of coins for each denomination received by the vault Coin Vault Identification receiving the coins g. Coin Vault The coin vault shall provide security for the accepted coins prior to removal to the counting room. The coin vault shall be inserted into the TVM in a unique position. A concealed sensor built into the coin vault compartment shall detect when the coin vault is fully inserted and aligned properly with the coin channel that directs coins into the coin vault. Upon proper insertion into the TVM, the coin vault shall be locked into Exhibit D Fare Collection System Equipment Specifications D 12

118 Ticket Vending Machines position, with no room for movement. The vault may only be removed using controlled keys retained by authorized Revenue Service personnel. The total amount of money deposited into the coin vault shall be monitored from the time the coin vault is inserted into the TVM until it is removed. h. Non replenishing Supplemental Change Storage Units Supplemental change storage units (SCSU) shall serve as backup to any of the denominations supplied from the recirculation system. The SCSUs shall release coins as change only if coins are not available from the coin recirculation system Bill Handling System a. General Requirements The FSTVM bill handling system shall conform to the following requirements: Designed with the capability to accept all U.S. dollar bills. Accept any new bills issued by the U.S. Treasury for the 15 year life of the TVMs installed at the Department, while retaining the ability to accept those currently in circulation. The bill validator shall be configurable on site to accept those other new bills by means of a software adjustment, a simple hardware adjustment, or both. Include a control system that shall monitor, control, and count all accepted bills by denomination. Include a shutter that shall protect the bill slot against the entry of fluids, when not in use. Be configurable to determine which bills are allowable for acceptance (i.e. only accept $1, $5, $10 and $20 bills). b. Bill Validator The FSTVM bill validator shall conform to the following requirements: Designed with the capability to accept all U.S. bills in any combination, or any one singly. The bill validator shall have the capability to accept any new bills issued by the U.S. Treasury for the 15 year life of the TVMs. Perform checks to verify bill authenticity. Reject counterfeit, foreign, and copied bills. Return rejected bills and hold until forcibly retrieved. Prevent "milking" by physically blocking the forceful retrieval of a bill already accepted or by preventing the manipulation of two bills or any other fraudulent scheme that would result in a ticket value greater than the actual money received or change being given without capturing the correct bills. Be designed based on technology that has a minimum of two years of proven and satisfactory performance record in a public transit environment. Exhibit D Fare Collection System Equipment Specifications D 13

119 Ticket Vending Machines Use software controlled techniques to activate motors to clear a jam using more than one attempt if necessary. This requirement shall apply to the total path of the bill from the bill validator to the bill box. Minimize motor run time. The motor shall be triggered by an inserted bill and the bill automatically drawn in for authenticity checks. Accept input orientation of bills face up with either end first, or bills face down with either end first (4 way). Not initiate fare payment transaction complete or dispensing of ticket until all money appears in escrow. Accept at least 95 percent of "street condition" bills in each denomination on the first attempt, and at least 97 percent combined first and second attempt. Street condition bills are bills found in everyday customer use that are not torn, creased, crumbled, folded, or worn beyond what is normally found in street condition bills. Acceptance percentage shall be assured by the use of selfadjusting system that accounts for differences between bills in circulation caused by production variances and unique aging changes. c. Bill Escrow Valid bills accepted by the bill validator shall be transported to the bill escrow unit. The escrow shall hold the bills inserted until the selected ticket is dispensed or fare payment added to smart card. If the transaction is completed then the bills in escrow shall be transferred into the bill vault. Upon cancellation, all escrowed bills shall be returned at one time, to a separate bill return slot. The bill escrow shall return up to 15 escrowed bills if transaction is canceled. d. Bill Vault After the ticket has been dispensed, bills shall be transferred to and stacked in the bill vault. The bill vault shall neatly stack up to 1,000 bills. Each bill vault shall be fitted with an electronic device that is encoded with a unique serial number. Each bill vault shall be marked with the serial number and a corresponding bar code on the outside of the container. A device shall be used by the FSTVM to automatically read and identify the bill vault serial number and track the removal and insertion of a bill vault through the FSTVM software and memory. The bill vault shall be inserted into the FSTVM in one unique position only. A concealed sensor built into the bill vault compartment shall detect when the bill vault is fully inserted and aligned properly with the bill acceptor and bill escrow unit. Upon proper insertion into the FSTVM, the vault shall be locked into position, with no room for movement. The total amount of money and number of bills, by denomination, deposited into the bill vault shall be monitored from the time the vault is inserted in the FSTVM until it is removed Credit and Debit Card Subsystem a. General Requirements Exhibit D Fare Collection System Equipment Specifications D 14

120 Ticket Vending Machines The subsystem for the TVM to accommodate credit and debit cards, including the personal identification number (PIN) key pad, shall be supplied, tested and supported. All software and components of the TVM, aside from a PIN keypad, shall support the use of credit and debit cards for fare payment. b. Card Reader The TVM (FSTVM and CTVM) shall include a card reader that shall be able to read magnetically encoded and smart card credit /debit cards and magnetic stripe tickets. The card reader shall have all of the following capabilities: Read and verify information on credit and debit cards encoded in accordance with current applicable International Organization of Standardization (ISO) and EMV standards Read, verify and accept LYNX and Votran magnetic stripe fare media for transfers Be of the insert and remove type. The reading of the magnetic stripe tracks shall be accomplished by a manual movement of the card passing through fixed heads To detect use of the card to initiate transactions and close the bill and coin shutters To read identification and security data from and to remove and load value onto a secured card c. Receipt Printing A printed receipt shall be provided on credit/debit card transactions, as well as cash transactions. The receipt shall contain all the information required to comply with the "Electronic Fund Transfer Act" as promulgated in the latest revision of Federal Reserve Board, Regulation E. FS Requirements Printed receipts shall have the last 8 digits of the smart card number, date and time of transaction, and TVM number. d. Transaction Processing A connection shall be established between the DSC and a clearinghouse providing all associated DSC software and hardware for purposes of determining validity and approving (or rejecting) bank card transactions initiated at the TVM. The card reader shall transmit card information to DSC, which sends it to the financial institution and/or clearinghouse and requests authorization. The PCI DSS (Payment Card Industry Data Security Standard) shall be required for credit card transactions. Compliance with all relevant PCI security standards and specific card requirements are required and must be demonstrated with proof of current and on going certification throughout the contract period. The provisions of S , F.S., must be complied with including the utilization of the standardized contract between the financial institution or other appropriate intermediaries and the transaction processor. Exhibit D Fare Collection System Equipment Specifications D 15

121 Ticket Vending Machines Smart Card Subsystem The smart card subsystem shall contain a contactless smart card reader to communicate, read and load values onto contactless smart cards. The contactless smart card reader shall read and verify information at a minimum of 300 milliseconds and in accordance to ISO/IEC standard series (Type A and Type B). The Credit/Debit card readers and PIN Keypads shall be PCI DSS compliant. The TVM contactless smart card reader shall have sufficient memory to store: o 100,000 transaction records o 2,000 route/run records (including time segment records) o 2,000 event/alarm records o Hotlist containing no less than 100,000 Smart Media serial numbers o Positive List containing no less than 100,000 smart media serial numbers Ticket Issuing System (Standard and Limited Use Disposable Smart Cards) a. General Requirements The TVM shall be capable of issuing standard smart cards from magazines/cassettes and limited use disposable smart card tickets from fan fold stacks, rolls or cassettes of cut stock. b. Ticket Stock Description TVMs and other elements of the fare system shall accommodate smart fare media that is ISO/IEC Type A/B compliant. The closed loop smart card and limited use tickets shall be similar in size as a credit card (dimensions specified by ISO/IEC 7810). In addition, TVMs and other elements of the fare system shall have capabilities to use any other forms of media that is ISO/IEC Type A/B compliant (i.e. watches, key fobs, stickers with smart chip etc). For deployment in future phases, the fare system should be provisioned to accept open loop fare media (Credit/Debit cards), Near Field Communication (NFC) devices, and third party smart cards (i.e. government PIV/CAC cards). Closed Loop Smart Card The smart card is intended for recurring use. The expected lifecycle of the smart card shall be a minimum of four (4) years. The smart card shall be fabricated of plasticcoated layers and central layer shall be composed of polyester (PET) plastic. The smart card shall comply with ISO and ANSI INCITS 322 for durability. The antenna shall be as small as 0.75 square inches. The smart card shall be ISO compliant Type A/B. The smart card shall have at a minimum, a pre encoded unique 20 digit permanent serial number on the embedded chip. The unique card number is for establishing a customer s account within the CDCIS. The unique card number shall be printed on the smart card and shall be permanent. The smart card shall be memory card or a microprocessor based card. The smart card shall incorporate a broad range of security protocols to ensure that the card cannot be Exhibit D Fare Collection System Equipment Specifications D 16

122 Ticket Vending Machines replicated or decrypted by an unauthorized individual using third party smart card readers and or any other unlawful method. The smart card shall employ sophisticated dynamic encryption such as triple Digital Encryption Standard (3DES) or Advanced Encryption Standard (AES) algorithms. Closed Loop Limited Use Ticket The limited use ticket is intended for short term usage. The limited use ticket will be fabricated of durable materials. The limited use ticket shall support account based processing. The limited use ticket shall comply with ISO and ANSI INCITS 410 (LU). The antenna shall be as small as 0.75 square inches. The limited use ticket shall be ISO compliant Type A/B. The limited use ticket shall have at a minimum, a pre encoded unique 20 digit permanent serial number on the embedded chip. The unique limited use ticket number is for establishing a customer s account within the CDCIS. The unique number shall be printed on the limited use ticket and shall be permanent. The limited use ticket shall incorporate a broad range of security protocols to ensure that the ticket cannot be replicated or decrypted by an unauthorized individual using third party smart card readers and/or any other unlawful method. The limited use ticket shall employ sophisticated dynamic encryption such as triple Digital Encryption Standard (3DES) or Advanced Encryption Standard (AES) algorithms. Future Acceptance of Open Loop Smart Media and NFC Devices Open Loop Smart Media (contactless credit/debit cards, prepaid cards and various near field communications devices) will be deployed utilizing the same CDCIS and the equipment offered by the vendor. Contactless credit cards and debit cards, examples being MasterCard PayPass, Visa paywave, AMEX ExpressPay, Discover Zip, issued by financial institutions shall be accepted for the payment of fares in the future. To ensure the acceptance of open loop smart media, the card reader shall have the following but not limited to: ISO Compliancy Provisioning of card readers to be certified and compliant with Europay/MasterCard/Visa (EMV) Level 1 and Level 2 Necessary firmware to encrypt and de encrypt data A programmable sensor shall be provided to detect the level of remaining ticket stock. The level shall be programmable through the CDCIS. A warning alarm shall be sent to the DSC when any supply reaches the programmed level. c. Ticket Jams If a standard smart card jam is detected, the extended use feeder, if inoperable, shall not allow patron to select the extended use card purchase option in the TVM menu. Patrons can only select disposable smart card ticket. Exhibit D Fare Collection System Equipment Specifications D 17

123 Ticket Vending Machines If a ticket jam is detected, the ticket feeder, if inoperable, shall not allow patron to select the disposable smart card ticket purchase option in the TVM menu. Patrons can only select standard smart card for purchase. If both standard smart card and disposable ticket feeders are inoperable. The TVM will shall switch to the "Out of Service"condition. Appropriate alarms will be sent to the DSC for above conditions. Maintenance personnel shall be able to remove any jams without the use of tools, or disassembling the printer or any other subsystem TVM Control System A microprocessor based electronic control system shall coordinate ticket selection, fare selection, screen messages, money or card acceptance, ticket and change issue, and receipt printing (when required) in response to a customer's input. This system shall also collect and store audit data, perform fault reporting functions, control access security functions, and communicate with the DSC Functional Requirements a. General Requirements In addition to regular ticket issuing, money handling, statistical, and fault monitoring functions, the control system shall provide the operations described below. b. Cancel Operation The TVM shall include a cancel button for canceling the fare selection prior to insertion of the total amount due. The TVM shall return all money (and cards, if held) deposited during the transaction. Pressing the cancel button prior to the insertion of the total fare due shall cancel the last selection. c. Time Out Operation A time out function shall be provided to limit the time between successive steps after initiating a ticket selection. d. On Off Control An easily accessible on off switch shall be provided within the enclosure that shall turn the TVM (power) on or off. The DSC shall monitor use of this switch. e. Audit Registers To provide in the field performance statistics for maintenance staff, the TVM shall maintain internal counts of essential TVM data to allow for full recovery from loss of transactional and fault data. The status of the following conditions shall be possible to determine at all times: Amount of money, by denominations, in each of the currency units including vaults, hoppers and recirculation Number of transactions since last data download, by ticket/fare type and total Exhibit D Fare Collection System Equipment Specifications D 18

124 Ticket Vending Machines Number of TVM failures since last data downloads TVM events since last data download Total money received, change issued, and overpayment accepted since last data download Amount of money inserted through coin slot to fill recirculation units f. Overpayment When the TVM is unable to provide change, it shall accept payment over the amount due and issue a ticket with the change or add the change to the patrons extended use smart card in the form of stored value. g. Velocity Control To prevent fraud, the TVM shall be designed and programmed for the number of times a patron can use their credit to purchase fare media and the maximum value of payment as define by the Department. h. TVM Diagnostics The control system shall provide detailed TVM functional and operational status when requested by authorized Department personnel via the internal maintenance keypad and internal maintenance screen or via the DSC. i. Clock Each microprocessor control system shall contain its own quartz crystal controlled electronic clock, which shall be used to generate time signals to maintain an accurate record of the year, month, day of the month, and time of day (hour and minutes). The clock shall contain calendar data to determine the year, month, and day, including leap year, without manual intervention for at least 15 years, and shall provide accommodations for automatic correction for daylight savings time over the same period. j. Data Storage and Transfer The TVM shall collect and store data in the TVMs' computer hard drive. The TVM shall transmit the data to the DSC. All event and transaction data shall be transferred to the DSC via the fare collection LAN and CTS. k. Error logs The TVM shall generate error logs accessible by the administrator for diagnostics and troubleshooting. The error logs shall provide: 1. Error number 2. Date 3. Time 4. Severity code 5. Error description Exhibit D Fare Collection System Equipment Specifications D 19

125 Ticket Vending Machines Auxiliary Power System A rechargeable dry or sealed gel cell battery source shall provide auxiliary power to the control system in the event of power interruptions. This uninterruptible power supply (UPS) shall provide the capability for the TVM to do all of the following: Issue a ticket if the ticket issue cycle is in process at the time of the power interruption Cancel the current transaction and return inserted money if the power failure occurs prior to the ticket issue cycle Perform an orderly shutdown Provide power, for at least one hour, to the TVM systems required to detect a TVM intrusion, activate and power the local alarm, and transmit a continuous intrusion alarm to the Operations Control Center (OCC) After power has been restored to the TVM, regardless of the duration of power interruption, a charger within the TVM shall automatically recharge the UPS Servicing and Maintenance Access a. General Requirements Access to the TVM interior for servicing shall be by the front door. The TVM shall have security and access restrictions on the front door. b. Revenue Servicing Revenue servicing personnel shall have access to the TVM for the following: Replace the coin vault, bill vault, and supplemental change storage units Replenish recirculating units and ticket stock Require access to remove each of the money containers c. Maintenance Access Maintenance personnel shall have access to all components of the TVM except the money containers. d. Security The design and manufacture of the TVM, including all removable sealed money containers (coin vaults, bill vaults, coin recirculation units, and non replenishing supplemental change storage units) shall ensure the highest degree of security. Cabinet design shall provide protection against vandalism, burglary, and/or removal of the TVM from the pad installation site. The design of the TVM shall also prevent access to the locking mechanisms and ticket stock through any of the cabinet openings. e. TVM Access Method Opening the front door of the TVM shall require engagement of the locking mechanism with the proper keying device. When the front door of the TVM is closed, no gaps shall Exhibit D Fare Collection System Equipment Specifications D 20

126 Ticket Vending Machines exist between the door panel and the cabinet, to prevent the door from being pried open. f. Local Alarm The local alarm shall be a siren type alarm and shall sound for a time period adjustable from zero seconds up to the entire time the front door is open. The adjustable duration shall be programmable from the DSC and set initially to the entire time the front door is opened without valid access codes. The TVM shall recognize the door as being open for all times when the door panel is 1/4 inch from its closed and locked position, along the side opposite the hinges. The local alarm shall activate after the allowable access authorization time expires. g. Locks and Keys All lock cylinders used in the Fare Collection Equipment shall be of a high security, pick resistant design with angled key cuts, rotating tumblers, a keyway side biting and a slider mechanism or equivalent Light Fixture The TVM shall be provided with a lighting fixture to illuminate the entire front side of the TVM. The lighting fixture shall be constructed out of the same material as the cabinet in a manner to keep out dirt, moisture, and insects. The fixture shall be controlled by a photocell that shall automatically switch the light on when the ambient light conditions outside the TVM fall below 20 foot candles and switch it off when the light conditions rise above 20 foot candles. A by pass switch shall be provided on the interior of the TVM to permit the lighting fixture to be manually turned on and off. The light fixture shall contain a complete fluorescent lamp circuit and shall be constructed to allow easy replacement of the fluorescent lamps Circuit Breakers Each TVM equipment enclosure shall contain a master circuit breaker to remove power from the entire unit. Additionally, each modular component, shall have a protective device as required by equipment design, and each protective device shall be clearly labeled as to its use Cabinet The TVMs shall be designed to operate in covered but open locations. The equipment enclosure for the TVMs shall be of stainless steel. The top of the TVM shall slant to the rear of the TVM to prevent any accumulation of rain. The interior of the equipment shall be designed to allow easy and safe access to service equipment and sub assemblies Air Circulation Units The ventilation, cooling and/or heating shall be designed to ensure that all TVM equipment operates within the manufacturer's specified operating conditions when installed and subject to the site environmental conditions as defined in System Requirements, Section Operating Environment Requirements. Any slots or Exhibit D Fare Collection System Equipment Specifications D 21

127 Ticket Vending Machines openings for air circulation and ventilation shall incorporate standard commercially available filters into the openings Drainage Adequate drainage shall be provided to prevent moisture or water accumulation inside the TVM cabinet. Additional drains shall be provided in return trays that drain to the exterior of the TVM TVM Data The TVM shall monitor and record transaction and events data. All data, monitored and recorded, shall initially be stored in the TVM. All event and transaction data shall subsequently be transferred to the DSC Alarm Transmission The TVM shall include all required hardware and software to indicate a problem (alarm condition) requiring attention. The software program shall provide continual remote monitoring. For each alarm event, the TVM shall transmit, in real time, a status report containing detailed information regarding the nature of the alarm event. The transmission of alarm events shall be organized according to the following priority levels: Intrusion/security violation Out of Service Revenue service Maintenance Audit Ticket Data At a minimum, all of the following types of audit tickets shall be available from each TVM and shall be printed on journal ticket stock: Revenue Audit Ticket Sales Audit Ticket Recovered Money Audit Ticket Collection Audit Ticket Status Audit Ticket Diagnostics Audit Ticket Service Audit Ticket Replenish Money Audit Ticket All audit tickets shall present the following information: Title or type of audit ticket TVM number Exhibit D Fare Collection System Equipment Specifications D 22

128 Ticket Vending Machines Employee I.D Date and time audit ticket was printed DELIVERABLES Customer User Interface design Color sketch and color diagram of the front layout of the TVM Display screen type and design Means of illumination to direct customer Display messages Updated instructions to change display message Instructions for changing display messages including audio Sequence of steps Graphics and text in compliance with ADA Type, size and location of fixation and structural composition of the serial number identification Procedure and equipment to modify coins accepted Updated procedure to modify coins Procedure for re configuring the non replenishing Supplemental Change Storage Units (SCSUs) Updated procedure for SCSU Hardware adjustments for the Bill Acceptor Personal Access Card graphics Methodology to prevent unauthorized software changes Document to implement smart card electronic payment functions Description of all smart card electronic payment provisions included Technical details of smart card (including minimum stored value capabilities) Security and safeguards of card operation system Keypad commands, internal displays and audible tones Step by step instructions, audio beep/tones and error messages List of functional and operational status Out of service indication Proposed methodology for transferring data from a non volatile memory storage device to the CDCIS Detailed shutdown and start up procedures Complete list of events to be transmitted to the DSC Final list of events to be transmitted to the DSC List of error codes and their definitions Format of statistical data storage Security arrangements designed and manufactured into the TVM List of Service Codes Alarm design and method of deactivation Alarm hardware and software program Exhibit D Fare Collection System Equipment Specifications D 23

129 Ticket Vending Machines Alarm limits for interface characteristics Security lock and design Number of keys to be kept by the Vendor through Warranty period Exhibit D Fare Collection System Equipment Specifications D 24

130 Station Platform Ticket Validator 3.1 General Exhibit D Fare Collection System Equipment Specifications 3.0 Station Platform Ticket Validator This section describes the requirements for the Station Platform Ticket Validators (SPTVs) to be installed on station platforms Submittals The technical specifications submission made by the Vendor in its Technical Proposal, for Station Platform Ticket Validator equipment and installation including reliability rates for the system implementation and schedule for the design, manufacturing, implementation, testing and acceptance of the equipment, is incorporated herein by reference. 3.2 Products Design Features The Vendor shall supply the SPTV as an independent component to be installed on station platform. The design features are identical for each independent SPTV supplied under this contract. The SPTVs shall include all of the design features listed below: Small, compact units that can be easily installed on station platforms Designed and installed to operate in the environmental conditions of the Central Florida area Simple passenger interfaces that allow for rapid boarding and alighting. Smart card target shall be designed in a prominent and accessible style All ADA standards including those for the hearing and visually impaired and installed at a max height between 48 inches and 54 inches from the platform floor Functional Requirements a. General Requirements The SPTVs shall operate on power from a source on each station platform. A rechargeable dry or sealed gel cell battery source shall provide auxiliary power to the control system in the event of power interruptions. b. Smart Card Validation Each SPTV shall allow for contactless validation of both smart card and ticket media. The SPTV units shall have the capability to deduct the appropriate fare from the smart card based on passenger boarding and alighting zone. The SPTV contactless smart card reader shall have sufficient memory to store: D 25

131 Station Platform Ticket Validator 100,000 transaction records 2,000 event/alarm records Hotlist containing no less than 100,000 Smart Media serial numbers Positive List containing no less than 100,000 smart media serial numbers c. Customer User Interface Each SPTV shall have a visual display screen that has the capability to display text messages. Customer Instructions and Feedback o Each SPTV shall give instantaneous notification of card acceptance or rejection via a distinct audible tone and visible notification. o The SPTV s visual display shall indicate card read errors by error type and display a short message instructing the customer as to the appropriate action required to remedy the error. Out of Service Indication o The SPTV s visual display shall indicate to customers that the SPTV is out of service in the event that the SPTV is inoperative. d. Validator Control and Data Transfer System The SPTVs shall provide data transfer to the central data collection and information system via the fare collection LAN and CTS. The SPTVs shall poll the CDCIS at different intervals throughout the day to download and upload hotlists, positive lists, threshold autoloads and directed autoloads. The SPTVs shall have the ability to be monitored remotely for maintenance and system status. e. Error logs The SPTV shall generate error logs accessible by the administrator for diagnostics and troubleshooting. The error logs shall provide: 1. Error number 2. Date 3. Time 4. Severity code 5. Error description 3.3 Execution Performance Requirements The SPTV module shall instantaneously process RF equipped smart cards and deduct the appropriate fare upon validation at a minimum of 300 milliseconds. DELIVERABLES Scaled color sketch of front panel Exhibit D Fare Collection System Equipment Specifications D 26

132 Station Platform Ticket Validator All graphics, including text, to be displayed on the TVM to direct customers to the validator Installation and wiring plan for the SPTVs to interface with station platform validator pedestal and TVMs on station platforms Data transfer plan that details data transfer to the central data collection and information system via the fare collection LAN and CTS. All software, hardware, and networking specifications Exhibit D Fare Collection System Equipment Specifications D 27

133 Handheld Ticket Validator 4.1 General 4.0 Handheld Ticket Validator This section describes the requirements for the Handheld Ticket Validators (HHTVs) to be installed as an independent component on board passenger coaches Submittals The technical specifications submission made by the Vendor in its Technical Proposal, for Handheld Ticket Validator equipment including reliability rates for the system implementation and schedule for the design, manufacturing, implementation, testing and acceptance of the equipment, is incorporated herein by reference. 4.2 Products Design Features The Vendor shall supply the HHTV as an independent component to be used by Conductors and other fare enforcement personnel to use on passenger coaches and cab cars to inspect smart cards to ensure valid payment of fares. The design features are identical for each HHTV supplied under this contract Functional Requirements a. General Requirements The subsystem for the HHTV to accommodate credit and debit cards, including the personal identification number (PIN) key pad, shall be supplied, tested and supported. All software and components of the HHTV, aside from a PIN keypad, shall support the use of credit and debit cards for fare payment. The HHTVs shall operate on a rechargeable battery power source. b. Smart Card Validation Each HHTV shall allow for contactless reading of both smart card and ticket media via remote radio frequency (RF) interface. The HHTV units shall have the capability to detect the appropriate fare from the smart card based on passenger boarding and alighting zone. c. Card Reader The HHTVs shall include a card reader that shall be able to read magnetically encoded and smart card credit /debit cards and magnetic stripe tickets. The card reader shall have all of the following capabilities: Read and verify information on credit and debit cards encoded in accordance with current applicable International Organization of Standardization (ISO) (Type A and B) and EMV standards Exhibit D Fare Collection System Equipment Specifications D 28

134 Handheld Ticket Validator To read identification and security data from and to remove and load value onto a secured card d. Receipt Printing A printed receipt shall be provided on credit/debit card transactions, as well as cash transactions. The receipt shall contain all the information required to comply with the "Electronic Fund Transfer Act" as promulgated in the latest revision of Federal Reserve Board, Regulation E. FS Requirements Printed receipts shall have the last 8 digits of the smart card number, date and time of transaction, and HHTV number. e. Transaction Processing A connection shall be established between the CDCIS and a clearinghouse and providing all associated CDCIS software and hardware for purposes of determining validity and approving (or rejecting) bank card transactions initiated at the HHTV. The card reader shall transmit card information to CDCIS, which sends it to the financial institution and/or clearinghouse and requests authorization. The PCI DSS (Payment Card Industry Data Security Standard) shall be required for credit card transactions. Compliance with all relevant PCI security standards and specific card requirements are required and must be demonstrated with proof of current and on going certification throughout the contract period. The provisions of S , F.S., must be complied with including the utilization of the standardized contract between the financial institution or other appropriate intermediaries and the transaction processor. f. Smart Card Subsystem The smart card subsystem shall contain a contactless smart card reader to communicate, read and load values onto contactless smart cards. The HHTV contactless smart card reader shall have sufficient memory to store: 100,000 transaction records 2,000 event/alarm records Hotlist containing no less than 100,000 Smart Media serial numbers Positive List containing no less than 100,000 smart media serial numbers g. Conductor Interface Each HHTV shall have a visual display screen that has the capability to display text messages. Conductor Instructions and Feedback o Each HHTV shall give instantaneous notification of card acceptance or rejection via a distinct audible tone and visible notification. o The HHTV s visual display shall indicate card read errors by error type and display a short message instructing the Conductor as to the appropriate action required to remedy the error. Out of Service Indication Exhibit D Fare Collection System Equipment Specifications D 29

135 Handheld Ticket Validator o The HHTV s visual display shall indicate to the Conductor that the HHTV is out of service in the event that the HHTV is inoperative. h. Validator Control and Data Transfer System The HHTVs shall be equipped with wireless technology (i.e. Wi Fi) that allows for remote data transfer to the central data collection and information system via wireless access points on coach cars or at stations and at maintenance facilities. The HHTVs shall poll the CDCIS at different intervals throughout the day to download and upload hotlists, positive lists, threshold autoloads and directed autoloads. The HHTVs shall have the ability to be monitored remotely for maintenance and system status. i. Error logs The HHTV shall generate error logs accessible by the administrator for diagnostics and troubleshooting. The error logs shall provide: 1. Error number 2. Date 3. Time 4. Severity code 5. Error description 4.3 Execution Performance Requirements The HHTV module shall instantaneously process RF equipped smart cards and deduct the appropriate fare upon validation at a minimum of 300 milliseconds. DELIVERABLES Scaled color sketch of front panel Data transfer plan that details wireless technology that allows for remote data transfer to the central data collection and information system via wireless access points on coach cars or at stations and at maintenance facilities. All software, hardware, and networking specifications Exhibit D Fare Collection System Equipment Specifications D 30

136 On Board Smart Media Processor 5.1 General 5.0 On Board Smart Media Processor The Department s CFCRT Project will be designed to support fully integrated, seamless transfers between LYNX and Votran feeder bus services to/from CFCRT stations. In order to accomplish this goal, the fare collection systems for SunRail, LYNX, and Votran need to be fully integrated so that passengers can readily transfer between the bus and rail services. LYNX and Votran fareboxes onboard buses will need to be able to read SunRail fare media, and SunRail Ticket Vending Machines and Station Ticket Validators need to be able to read Lynx and Votran fare media. Two options have been identified to achieve this goal: 1. Software upgrades and or retrofitting of LYNX and Votran bus fare collection equipment (compatible with GFI Genfare Odyssey or equivalent) 2. Installation of separate SunRail compatible ticket validator units on board LYNX and Votran. This section describes the requirements for option 2, the On Board Smart Media Processor (OSMP) to be installed as an independent component for ticket validation on LYNX and Votran buses. The Vendor shall propose its best solution, not limited to the two identified options, and shall be responsible for providing technical specifications for its best solution to making SunRail, LYNX and Votran fare equipment compatible Submittals The technical specifications submission made by the Vendor in its Technical Proposal, for On Board Smart Media Processor equipment and installation, or their best solution, including reliability rates for the system implementation and schedule for the design, manufacturing, implementation, testing and acceptance of the equipment, is incorporated herein by reference. 5.2 Products Design Features The Vendor shall supply the OSMP consisting of two distinct modules: The Patron Antenna and Display (PAD) typically installed adjacent to the farebox, The Operator Control and Display (OCD), typically installed on the vehicle dashboard, as an option. It is desired that the OCD functions are performed through the On board Mobile Data Terminal (MDT) currently installed on the LYNX vehicle fleet. The vendor shall be responsible for building, testing and implementing an acceptable interface to the MDT that supports all the functionality of OCD. Exhibit D Fare Collection System Equipment Specifications D 31

137 On Board Smart Media Processor Functional Requirements a. General Requirements The functionality of the OSMP, in conjunction with LYNX Mobile Data Terminal (MDT) shall be as follows: Process all acceptable forms of contactless smart media including standard use and limited use ISO Type A and B, and NFC controlled fare media. Be able to initiate and process various card security protocols and credentialing including Personal Identity Verification (PIV) standards. Verify rider class and validate fare products Retain in non volatile memory, the current and at least two alternative fare tables. Accept downloads via a secure encrypted data communications link. Maintain date and time of day by an internal clock, which shall maintain % accuracy and shall synchronize time from a network controlled source or from atomic time clock as approved by LYNX during the architecture design process. Store a list of known invalid fare media serial numbers. Monitor all smart media usages to prevent use of any unlimited ride media products Respond to Operator's choice of action. Display the validity, value, instructions, notices, and other information to the Patron and the Operator. Be able to process card based electronic transfers configurable by LYNX. Register and store transaction data. Annunciate transaction results using a combination of distinct audible tones, three color light display, and synthesized voice messages. Utilize an industry standard interface such SAE J 1708, Ethernet, RS 232, etc., to communicate with the installed smart bus system and/or adjacent farebox to provide single operator login capability, and to display farebox transaction information. Employ an internal Network Interface Card (NIC) compliant with IEEE g and i (with Advanced Encryption Standard (AES) encryption) to interface with the LYNX provided Wi Fi network to communicate with a central system to receive commands, transmit, and receive data regarding sales, revenue, accounting, status, and action list information. Have the capability of communicating with the back office system through 4G LTE or better mobile network permitting real time data communication for card validation and/or other time sensitive data. Preliminary design drawings of the OSMP, its constituent modules and all major assemblies, shall be submitted. The OSMP shall be modular, so that it does not need to be replaced in its entirety to increase memory capacity, to upgrade processing Exhibit D Fare Collection System Equipment Specifications D 32

138 On Board Smart Media Processor performance, or to maintain compatibility with ISO/IEC 14443, and ANSI410 standards as they develop. When installed, the OSMP shall meet all ADA requirements. Contractor shall be responsible for the design of the installation of the OSMP for each vehicle type, and shall supply all mounting hardware as required. The proposed location, mounting positions and methods of the PAD and OCD on the various vehicle types, including all handrail modifications, shall be submitted for LYNX review at the Preliminary Design Review, and for LYNX approval at the Final Design Review. A complete description of the functionality of the OSMP, including its data integration with the farebox, shall be provided for LYNX review and approval at each stage of the design review, with the final document fully describing the operation, capabilities, and functionality as described within this section. Sufficient detail shall be provided to permit verification that all required functions are satisfactorily included OSMP Modules a. Passenger Antenna and Display This module shall: Be housed in a compact enclosure constructed of service tested materials Include suitable space for decals and labels to convey any branding or other LYNX specific graphics, including ADA required Braille and raised lettering. Be accessible for maintenance or removal by use of high security key, Be mounted on handrails or other suitable surfaces, employing hardware that shall accommodate all vehicle types in LYNX's fleet. Be connected to and communicate with the OCD or LYNX MDT Contain the ISO/IEC 14443, and ANSI 410 compliant read/write antenna and support circuitry, Be controlled by an Electronic Control Unit or microprocessor, Have a suitable glare resistant display screen, located so the display remains fully visible when the passengers tag Smart Media to the antenna, regardless of which hand used, Include multi colored lamps or LEDs to convey transaction results, Include a synthesized voice message system (text to speech) that "reads" the content of the PAD display through a speaker, Use non volatile memory, microprocessor and integrated electronics to support Smart Media Technology (SMT) functionality Exhibit D Fare Collection System Equipment Specifications D 33

139 On Board Smart Media Processor Include an integrated commercially available ISO/IEC compliant Type A and B contactless Smart Media Processor (SMP) b. Operator Control and Display The OCD shall: Be used to command the OSMP to alter fare sets. Have a sealed keypad with a minimum of 20 push buttons having tactile feel and audible feedback, including digits 0 through 9, ENTER, CANCEL, and at least 8 configurable function keys. Include a color backlit liquid crystal display (LCD) that is glare resistant, provides adjustable contrast, is capable of displaying in all ambient lighting conditions the full ASCII character set, is fully dot addressable and able to display graphic "bitmapped" icons and images Be used to log on by keying data into the unit, which shall then be transmitted to the OSMP, the farebox and/or the installed smart bus system. Be at all times synchronized with the PAD, so information displayed on the PAD shall be simultaneously displayed on the OCD. Shall also include three LED lamps in red, yellow, and green, which shall be visible in all ambient lighting conditions. These lamps illuminate in tandem with the LED status lamps on the PAD. Be capable of emitting at least 8 distinct sounds or sound patterns, of sufficient volume to be heard in an operating vehicle, volume and all sound patterns shall be user adjustable. Be housed in a compact enclosure constructed of revenue service tested materials. Permit installation on the vehicle dashboard or other appropriate location, facing the operator. The mounting hardware shall allow the operator to alter the position and orientation for ease of button operation and display viewing. Require the use of a high security key to remove the device from its mounting. The OCD enclosure and all functionality shall be subject to review at the Preliminary Design Review OSMP Operations a. Status Lamps Both modules of the OSMP (PAD and OCD) shall include three LED lamps in red, yellow, and green, which shall be visible in all ambient lighting conditions. The operation of the LEDs shall be LYNX configurable, but shall by default, operate or provide functionality to operate as below. Please note that these are general operational requirements and the vendor is encouraged to submit alternate configuration for consideration and approval by LYNX. Exhibit D Fare Collection System Equipment Specifications D 34

140 On Board Smart Media Processor Illumination Red Only Red Only (Blinking) Yellow Only Yellow Only (Blinking) Green Only Red and Green Yellow and Green Red and Yellow Condition Indicated A Smart Media transaction has failed due to media being hot listed, or having no valid pass, or insufficient value Smart Media is valid, but the pass is nearing expiration or the value is low. Remaining days and value thresholds shall be LYNX configurable. OSMP memory is nearing capacity or the OSMP has not exchanged data with the CDCS for an LYNX adjustable period OSMP is out of service Smart Media transaction is successful Smart Media has an unexpired pass, but the pass is not valid for the current fare setting Not defined, reserved for future use. These combinations shall be available and assignable to transaction results or other events, but shall be inactive at the time of SMT System delivery. After each transaction, the LEDs shall remain illuminated for an LYNX configurable time defined herein as the Inter transaction time out, or until another Smart Media transaction is initiated. The operation of the Status Lamps shall be subject to LYNX review and approval at the Preliminary Design Review. b. Audible Tones OSMP shall be capable of emitting at least 8 distinct sounds or sound patterns. All sounds emitted by the OSMP shall be of sufficient volume to be heard by the patron and the operator while the vehicle is in operation. The volume of all sounds and sound patterns shall be LYNX adjustable, as well as assignable. Each combination of LEDs shall have a distinct sound or sound pattern assigned. Please note that these are general operational requirements and the vendor is encouraged to submit alternate configuration for consideration and approval by LYNX. The sounds and sound patterns shall be demonstrated for LYNX review and approval at the Preliminary Design Review. c. OSMP Smart Media Processor The OSMP shall have a commercially available ISO/IEC compliant Type A and B contactless Smart Media processor (SMP). The Smart Media Processor shall be located such that patrons can easily tag their Smart Media. When using the system to pay the fare, the patron will present the smart media to the OSMP. The OSMP will check the Exhibit D Fare Collection System Equipment Specifications D 35

141 On Board Smart Media Processor smart card against the negative and positive list, rider class and validate the fare product. The transaction time for interaction between the smart card and transaction approval/denial shall be less than 300 milliseconds if the OSMP does not have to communicate in real time with the back office. In the event that OSMP has to communicate with the back office in real time, the transaction time for interaction between the smart card and transaction approval/denial shall be no more than 700 milliseconds. The purpose of this requirement shall be to increase the passenger throughput and acceptable transaction experience without having any negative effect on on time performance. The OSMP must be capable to accommodate varies fare structure ranging from: Flat fare Zone based Distance based Time based Special events Linked trips Time sensitive products The OSMP antenna shall be energized and ready to conduct a transaction whenever the OSMP is in service. d. Smart Card Reader The OSMP smart card reader must be capable of processing various card types and applications effectively. The OSMP shall be robust enough to operate properly in the service environment, including shocks and vibrations experienced while operating in an on board environment. The OSMP smart card reader shall meet the following minimum requirements: Processor cards (ISO 14443, Type A and B) Processor: ARM 9 Flash Memory: Configurable 32 to 128 MB Smart Card read/write speed ~ 100kbps Operating distance up to 70millimeter Operating Temperature: 4F to +140F Storage Temperature: 22F to + 185F Operating Humidity 20 ~99 % e. Issuing Stored Value The OSMP should have the capability to issue store valued for patrons who paid above the default fare i.e. if the single fare is $2.00 and patron pays with a $5.00 bill. The remaining change in the amount of $3.00 should be issued as stored value on the patron s smart card. Exhibit D Fare Collection System Equipment Specifications D 36

142 On Board Smart Media Processor f. Transaction Records The OSMP shall store transaction records for each transaction performed. Each transaction record shall be unique within the SMT system. The structure and layout of all transaction records shall be subject to LYNX review and approval at the Preliminary and Final Design Reviews. g. Event Records The OSMP shall be capable of detecting internal malfunctions. The malfunction detection shall cover at least failure of power or control circuitry, opening of an access panel, and any failure of the fare media read/write unit that could result in a false, incomplete, or corrupted encoding of a fare media. Out of service conditions shall be communicated on the OCD and PAD displays. The information displayed shall indicate the type of failure that caused the machine to shut down. A description of the maintenance and service indicators for the OSMP shall be submitted for LYNX review and approval at the Preliminary Design Review. The OSMP shall generate an event transaction record for each of the following actions or incidents as a minimum: Fare unit data transfer action; Operator log on and log off; Failure or performance incidents, for use by maintenance personnel; Event records shall be created at the OSMP whenever, at a minimum, any of the following events takes place: 1. The operator logs on with operator number and other log on information; 2. The operator creates a route/run record; 3. End of transit business day (LYNX programmable, default is 3:00 AM); 4. Communication between the OCD and PAD fails; 5. Communication between the OCD and PAD is restored; 6. The fareboxlosmp data transfer starts; 7. The fareboxlosmp data transfer ends; 8. The OSMP internal clock fails; 9. The OSMP internal clock is reset; 10. The transaction record storage is about to overflow (LYNX programmable memory percentage); 11. Changing from one fare table to another; 12. OSMP powers off; OSMP powers on; 13. Operator log off; 14. Unsuccessful data transfer of transactional data; 15. Successful download of OSMP configuration data; 16. Unsuccessful download of OSMP configuration data; 17. OSMP errors and failures; Security errors and intrusions; Exhibit D Fare Collection System Equipment Specifications D 37

143 On Board Smart Media Processor h. Diagnostics Internal diagnostic programs shall check the OSMP for proper performance each time it is turned on, and after every operator login and log off. When the performance of any parameter is not according to specification, the OSMP shall go out of service and provide visual and audible indication. The detected deficiency shall be recorded in the OSMP's memory for later extraction. A description of the OSMP's diagnostic functions shall be submitted for LYNX review at the Preliminary Design Review, and for LYNX approval at the Final Design Review. i. Data Storage All transactions, events, and other dynamic data shall be stored in non volatile memory. At minimum, the OSMP shall have sufficient memory to store: 100,000 transaction records 2,000 route/run records (including time segment records) 2,000 event/alarm records Hotlist containing no less than 100,000 Smart Media serial numbers Positive List containing no less than 100,000 smart media serial numbers. This list shall store selected known smart media numbers which can be used in the system without further verification required. Such smart media numbers shall include those of Employees and Customers (for which autoload services have been enabled and remain authorized). This memory shall be backed up with a physically separate and removable, redundant data module. This redundant memory module shall be non volatile memory. j. Data Communications All communications shall be performed via a standard IEEE n wireless LAN technology. The OSMP shall communicate with the wireless communications system at each bus facility. All wireless LAN hardware shall also comply with IEEE i for network security. Functionality to be provided shall include the following as a minimum: Uploading of all OSMP stored transaction, event, and route/run data; Downloading of all parameter and fare table information to the OSMP; Downloading of all data configuration modifications to the OSMP; Downloading of the invalid fare media list to the OSMP; Clock synchronization; Communication verification; Downloading of current geographic location information to the OSMP; Provide program/software updates to the OSMP k. Mobile Communications via 4G LTE or WiMax To support real time transaction between the OSMP devices and the CDCIS (back office), the contractor shall utilize wireless broadband communication systems for the transmission of transaction data to the back office and clearinghouse system for Exhibit D Fare Collection System Equipment Specifications D 38

144 On Board Smart Media Processor authorization and settlement. This will be achieved by 4G or better current technology for real time data communications. 4G will consist of WiMAX or LTE depending on design requirements and latency issues. Latency across the wireless portion of network for buses over LTE will be no more than 40 milliseconds on 4G signals. All of the communications parameters are subject to review and acceptance by LYNX during the design reviews. l. Software Upgrades The OSMPs shall have the ability to accept software upgrades via a remote connection to a CDCIS where the software publishes will be orchestrated and issued by a system administrator. The automatic remote software download from the CDCIS to the OSMP shall achieve a 95% success rate when the software downloads are sent to the devices used in actual revenue operation over the production communications network used in actual operation. This functionality must be demonstrated by concurrently upgrading the software via a software publish from CDCIS to a minimum of 5 devices using the production communications configuration. m. Error logs The OSMP shall generate error logs accessible by the administrator for diagnostics and troubleshooting. The error logs shall provide: 1. Error number 2. Date 3. Time 4. Severity code 5. Error description 5.3 Execution Performance Requirements The POSMs module shall instantaneously process RF equipped smart cards at a minimum of 300 milliseconds. DELIVERABLES Scaled color sketch of front panel All software, hardware, and networking specifications Exhibit D Fare Collection System Equipment Specifications D 39

145 Point of Sale Machine 6.1 General 6.0 Point of Sale Machine This section describes the requirements for the Point of Sale Machines (POSMs) to be installed as an independent component at retail outlets Submittals The technical specifications submission made by the Vendor in its Technical Proposal, for Point of Sale Machine equipment and installation including reliability rates for the system implementation and schedule for the design, manufacturing, implementation, testing and acceptance of the equipment, is incorporated herein by reference. 6.2 Products Design Features The Vendor shall supply the POSM as an independent component to be used at retail outlets for payment of fares, reloading value on smart cards, and selling smart cards. The design features are identical for each POSMs supplied under this contract Functional Requirements a. General Requirements The subsystem for the POSMs to accommodate credit and debit cards, including the personal identification number (PIN) key pad, shall be supplied, tested and supported. All software and components of the POSM, aside from a PIN keypad, shall support the use of credit and debit cards for fare payment. The POSMs shall operate from a power source supplied by the retail outlet and shall operate in temperatures from 32 degrees to 104 degrees Fahrenheit under 5% to 90% relative humidity. Each POSM shall allow personalization for the POSM location. b. Card Reader The POSMs shall include a card reader that shall be able to read magnetically encoded and smart card credit /debit cards and magnetic stripe tickets. The card reader shall have all of the following capabilities: Read and verify information on credit and debit cards encoded in accordance with current applicable International Organization of Standardization (ISO) (Type A and B) and EMV standards To read identification and security data from and to remove and load value onto a secured card c. Receipt Printing Exhibit D Fare Collection System Equipment Specifications D 40

146 Point of Sale Machine A printed receipt shall be provided on credit/debit card transactions, as well as cash transactions. The receipt shall contain all the information required to comply with the "Electronic Fund Transfer Act" as promulgated in the latest revision of Federal Reserve Board, Regulation E. FS Requirements Printed receipts shall have the last 8 digits of the smart card number, date and time of transaction, and POSM number. d. Report Printing Various reports shall be made available through the POSM user interface to allow the administrator and clerk to print data collected, number of daily and monthly cash sales, credit sales and debit sales. e. Transaction Processing A connection shall be established between the CDCIS and a clearinghouse and providing all associated CDCIS software and hardware for purposes of determining validity and approving (or rejecting) bank card transactions initiated at the POSM. The card reader shall transmit card information to CDCIS, which sends it to the financial institution and/or clearinghouse and requests authorization. The PCI DSS (Payment Card Industry Data Security Standard) shall be required for credit card transactions. Compliance with all relevant PCI security standards and specific card requirements are required and must be demonstrated with proof of current and on going certification throughout the contract period. The provisions of S , F.S., must be complied with including the utilization of the standardized contract between the financial institution or other appropriate intermediaries and the transaction processor. f. Velocity Control To prevent fraud, the TVM shall be designed and programmed for the number of times a patron can use their credit to purchase fare media and the maximum value of payment as define by the Department. g. Smart Card Subsystem The smart card subsystem shall contain a contactless smart card reader to communicate, read and load values onto contactless smart cards. The subsystem shall allow the user to undo the last transaction. The POSM contactless smart card reader shall have sufficient memory to store: 100,000 transaction records 2,000 event/alarm records Hotlist containing no less than 100,000 Smart Media serial numbers Positive List containing no less than 100,000 smart media serial numbers h. User Interface Each POSMs shall have a visual display screen that has the capability to display text messages. User Instructions and Feedback Exhibit D Fare Collection System Equipment Specifications D 41

147 Point of Sale Machine o Each POSMs shall give instantaneous notification of card acceptance or rejection via a distinct audible tone and visible notification. o The POSM s visual display shall indicate card read errors by error type and display a short message instructing the user as to the appropriate action required to remedy the error. Out of Service Indication o The POSM s visual display shall indicate to the user that the POSMs is out of service in the event that the POSMs is inoperative. i. User Access The POSMs shall offer administrative level user access and clerk level user access. Each user shall be provided an ID and password to logon to the POSM. 1. Clerk Access The clerk shall be able to: a. Read smart card b. Add value and products to the card c. Undo the last transaction d. Reprint receipts e. Run Daily, Monthly and Transaction detail reports 2. Adminstrator Access The administrator shall be able to perform all clerk activities as well as: a. Add user ID and assign the user ID to either administrator access or clerk access; b. Delete users c. Change passwords d. Issue a data upload e. Run diagnostics for troubleshooting j. Data Transfer System The POSMs shall be equipped with an Ethernet connection that allows for remote data transfer to the central data collection and information system. The POSMs shall have the ability to be monitored remotely for maintenance and system status. The POSMs shall poll the CDCIS at different intervals throughout the day to download and upload hotlists, positive lists, threshold autoloads and directed autoloads. The POSMs shall generate event data and transaction data where the event data indicates operational status and the transaction data is inclusive of all transactions since the last poll. k. Software Upgrades The POSMs shall have the ability to accept software upgrades via a remote connection to a CDCIS where the software publishes will be orchestrated and issued by a system administrator. The automatic remote software download from the CDCIS to the POSM shall achieve a 95% success rate when the software downloads are sent to the devices used in actual revenue operation over the production communications network used in actual operation. This functionality must be demonstrated by concurrently upgrading Exhibit D Fare Collection System Equipment Specifications D 42

148 Point of Sale Machine the software via a software publish from CDCIS to a minimum of 5 devices using the production communications configuration. k. Error logs The POSM shall generate error logs accessible by the administrator for diagnostics and troubleshooting. The error logs shall provide: 1. Error number 2. Date 3. Time 4. Severity code 5. Error description 6.3 Execution Performance Requirements The POSMs module shall instantaneously process RF equipped smart cards at a minimum of 300 milliseconds. DELIVERABLES Scaled color sketch of front panel All software, hardware, and networking specifications Exhibit D Fare Collection System Equipment Specifications D 43

149 Central Data Collection & Information System 7.1 General Description 7.0 Central Data Collection & Information System This section specifies the requirements for the Central Data Collection & Information System (CDCIS) to be furnished under the Contract. All fare collection and validation equipment shall communicate with the CDCIS (i.e. back office ) for transfer of all stored data and transfer of equipment parameters. The CDCIS will be an ACCOUNT BASED SYSTEM and all fare product and customer information will reside on the account level and not on the smart card itself. In the account based system, the data stored on the issued smart media will only be used as a means to identify the smart card uniquely and be linked to an account within the CDCIS. Fare products purchased or reloaded (stored value, trips, passes, transfers) will be associated to the account within the CDCIS. The accounts will be accessed and verified each time the smart media is presented (tapped) to a contactless reader. Fare processing will apply the transfer rules, fare policy rules, and fare calculation will occur in the CDCIS. Designing and implementing an account based system will be the key for future proofing of payment infrastructure to accept contactless credit/ debit cards, pre paid cards, nearfield devices, and other contactless media in the future stages. The account based solution offered should be such that it allows the regional partners (Department, LYNX and Votran) to seamlessly transition to the future stages media mentioned above. The CDCIS offered shall be a single integrated CDCIS that is capable of serving the regional partners (Department, LYNX and Votran) and shall allow for regional clearing and settlement activities among regional partners based upon flexible configuration rules. For the initial deployment, the regional partners expect to utilize limited use (shortterm) disposable paper and standard (long term) plastic smart card media. In the future, the regional partners expect to migrate to open payment solutions media based on contactless credit/ debit cards, prepaid cards and various near field communications (NFC) that may be deployed utilizing the same CDCIS and the equipment offered by the Vendor. An architecture diagram depicting the solution envisioned is presented on the following page. Exhibit D Fare Collection System Equipment Specifications D 44

150 Central Data Collection & Information System Exhibit D Fare Collection System Equipment Specifications D 45

151 Central Data Collection & Information System Submittals The technical specifications submission made by the Vendor in its Technical Proposal, for Central Data Collection & Information Systems equipment, software and installations including reliability rates for the system implementation and schedule for the design, manufacturing, implementation, testing and acceptance of the equipment, is incorporated herein by reference. 7.2 Products Central Data Collection & Information System (CDCIS) The CDCIS and subsystems shall be designed as a set of scalable systems. The use of scaling techniques and technologies to size and configure the system to address both present and future needs must be included in the overall system architecture approach. The CDCIS shall provide automatic monitoring and control of all devices connected to the network. The CDCIS shall accommodate up to 100 TVMs, 100 SPTVs, 50 HHTVs, 400 POSMs and 600 OSMP devices. The CDCIS shall communicate and provide a seamless interface with the CFCRT website including, but not limited to, on line ticket purchases, reloading of smart cards and smart card registration. The CDCIS shall function as a single, fully cohesive system, with a unified architecture to data formatting, report generation, fare table and device parameter download data. All operating systems, provided by the Vendor, shall support open systems technology architecture. Access to the system database(s) and Application Programming Interfaces (APIs) shall be provided by the vendor along with documentation that describes tables and data structure needed to develop any third party applications Subsystems and Application The CDCIS shall be comprised of the following subsystems and applications to support an account based back office: Data Storage Computer (DSC) Fare Processor Device Management System (DMS) Regional Clearinghouse Application (RCA) Online Ticketing Application (OTA) Customer Administration Application (CAA) System Status and Security Monitoring Application (SSSMA) Servers Exhibit D Fare Collection System Equipment Specifications D 46

152 Central Data Collection & Information System Work Stations Any Additional Equipment required for the safe and reliable operation of the CDCIS system. Additional equipment would be purchased as optional equipment Data Storage Computer (DSC) The Data Storage Computer (DSC) will be the data warehouse and repository for the CDCIS. The user interface for the entire DSC, as well as all DSC applications, shall be web based. Authorized user will be granted rights to access the CDCIS through graphical user interfaces (GUI) from any workstation installed on the network. All application software used by the DSC shall be designed to be flexible, user friendly, and permit users to access all functions and features through a Graphical User Interface (GUI) based on user identification authentication and password settings. The DSC shall also allow users utilizing web applications to gain access for report generation purposes. The DSC shall have Graphical User Interfaces for reporting ridership statics and trends, revenue reconcilements, sales, regional partner clearing and settlement reports etc. At the initial deployment phase, Smartcard media consisting of disposable and plastic cards shall be supplied and deployed by the selected vendor. At a follow on phase, credit, debit and prepaid cards issued by financial institutions will be used to purchase fare media and fare products. The transactions shall be authorized, processed, settled, and accounted for in the DSC. The vendor shall be responsible for designing, testing, and certifying PCI compliance of any interfaces that connect between the DSC, payment hub, and the clearing house of the financial institution. The vendor shall provide all hardware and software for encrypting and transmitting credit/debit card data. This will be required for verification of credit/debit card legitimacy and customer fund availability. In addition, velocity controls will be set in place to protect the regional partners and customers from fraudulent activities. The DSC shall be configured to operate on a stand alone basis. If one or more of the devices go offline, are powered down, or are out of synch with the CDCIS, or are otherwise not connected to the LAN or DSC; this condition shall not negatively affect any other device or other components of the fare collection system. If one or more of the DSC s servers goes offline or are unavailable for any reason, all fare collection equipment shall continue to operate normally without any loss of data and shall synchronize to the DSC upon re connectivity. DSC software and hardware shall be designed to meet industry standards for high reliability, availability, and accuracy. All elements of the DSC system will have availability of no less than 99% during normal operations; this is exclusive of routine maintenance. The DSC shall be automated for on demand backup and archiving. The DSC will be located at the Operations Control Center (OCC). Exhibit D Fare Collection System Equipment Specifications D 47

153 Central Data Collection & Information System Fare Processor The CDCIS shall have a fare processor in which the fare tables will reside. The fare tables will define the fare policies and fare prices for each of the regional partners (Department, LYNX, Votran). The fare tables shall include all necessary information to properly define the fare policy rules. The CDCIS shall consist of a series of database tables representing fare structures and fare products data. All fare policies shall be part of the fare tables and the tables shall be configurable for future changes. The vendor shall provide all hardware and software required to edit and publish fare tables from the CDCIS to all fare collection system devices. Each regional partner will have their own set of fare tables within the CDCIS Device Management System (DMS) The vendor shall provide a Device Management System (DMS). The DMS shall consist of hardware and software required for communications between the CDCIS and all devices (TVM, SPTV, HHTV, OSMP and POSM.) The DMS shall transmit data and commands from CDCIS to the device and vice versa. The primary functions of the DMS shall be to receive data from the CDCIS (i.e. positive lists, hotlists, auto loads, threshold auto loads, fare tables commands etc) and transmit to the fare collection devices. The DMS shall transmit data from the fare collection system devices to the CDCIS. In addition the DMS shall have the following capabilities: No interruption of normal functions at TVM, POSM, SPTV, HHTV and OSMP shall occur when receiving or transmitting data between CDCIS and the devices. Constantly check fare collection device for proper functionality and report any error conditions Regional Clearinghouse Application (RCA) The CDCIS shall have a Regional Clearinghouse Application (RCA). The primary function of the Regional Clearinghouse application will be to calculate and allocate fare product revenue collected throughout the system to the appropriate regional partner. The Regional Clearinghouse application should be flexible to accommodate the selected fare policy of each regional partner to include but not limited to fixed zone, time based, floating zone, distance based, district based, service based etc. The Regional Clearinghouse Application shall be web based, designed to be flexible, user friendly, and permit access to all functions and features through a Graphical User Interface (GUI) based on user identification and password settings Online Ticketing Application (OTA) The vendor shall provide an Internet site for online ticketing; this will include all necessary APIs, hardware and software to interface with the departmental and regional partner websites. The site shall be a web based application used to purchase smart fare media and fare products with credit/debit cards. Exhibit D Fare Collection System Equipment Specifications D 48

154 Central Data Collection & Information System In addition the online ticketing application shall have the following capabilities and functions: Allow customer to register their smart fare media for balance protection. Add trips, passes and stored value to their account. Allow customer to purchase multiple products within a single transaction. Allow customer to edit (add or delete fare products) before transaction is sent for authorization to the payment hub and financial institution. Provide capability for password reset and confirmation Auto replenish feature The auto replenish feature shall allow customers to auto load trips, passes and/or stored value to their account when a fare product falls below the set threshold. Linking and Unlinking credit/debit card The customer will be allowed to link or unlink their credit/debit card to their account and/or accounts within the CDCIS. Velocity Controls The online ticketing site will have velocity controls, such as zip code verification, Card Identification Number (CID) verification in place to prevent fraudulent activities. The online ticketing site and any API s used to interface with financial institutions or any third party systems shall be PCI compliant. Standard API s to access data or write to the DSC shall be provided by the vendor Customer Administration Application (CAA) The Customer Administration Application shall be web based, designed to be flexible, user friendly, and permit access to all functions and features through a Graphical User Interface (GUI) based on user identification authentication and password settings. The CAA will be only available for use by regional partner employees. The primary function of the CAA will be to allow employees to address customer concerns and issues related to their smart fare media account. Below are the minimum capabilities that the CAA shall include but not be limited to: Allow employees to access customer s smart fare media account Register customer s account for balance protection Configure password and login information Modify customer information on account Research account history (purchase of fare products, usage of fare product etc.) Correct any erroneous charges Configure and execute auto replenish features for customer Hotlist Customer Account Exhibit D Fare Collection System Equipment Specifications D 49

155 Central Data Collection & Information System Remove customer account from hotlist System Status and Security Monitoring Application (SSSMA) The System Status and Security Monitoring Application (SSSMA) shall be web based, designed to be flexible, user friendly, and permit access to all functions and features through a Graphical User Interface (GUI) based on user identification authentication and password settings. The System Status and Security Monitoring Application (SSSMA) shall monitor the status of the CDCIS and subsystems, including Device Management System (DMS), TVM, SPTV, POSM, HHTV, OSMP data transmissions and networks. Alarm information, such as intrusion alarms, out of service conditions and other high priority events shall be displayed in real time graphical representation for each device location, and without delay, regardless of other activities in progress. The SSSMA shall provide for full remote management access to all devices at any location within the system. The SSSMA shall include menu options to aid monitoring of device status, CDCIS and subsystem security, network status and polling status. The SSSMA shall also periodically poll all stations for status in order to insure that all station network interfaces with fare collection equipment are functioning properly. The SSSMA shall maintain a current understanding of the complete system status and permit authorized workstation operators to view the status of all equipment by station and by individual component. Appropriate security measures, including password protection, shall be included to prevent unauthorized access or modification to the CDCIS hardware and software. The SSSMA, in conjunction with CDCIS security architecture, shall also have adequate measures in place that are continuously active to prevent unauthorized intrusion to the operating system, applications, and other software modules. The SSSMA shall also monitor the status of data connections to the clearinghouses for credit/debit card authorizations should such an option be exercised. In the event that all communication with the financial clearinghouse(s) is lost, the CDCIS shall inform the TVMs and POSMs that credit card transactions are temporarily unavailable, and the TVMs and POSMs shall act accordingly. Upon restoration of communication with the financial clearinghouse(s), the CDCIS shall so inform the TVMs and POSMs Servers The servers are to be up to date computers, suitable for functions, with sized memory, data storage and adequate processing power based on expected usage and needs. Every server shall be automated for on demand backup and archiving. Exhibit D Fare Collection System Equipment Specifications D 50

156 Central Data Collection & Information System The servers shall have adequate space to retain data until copies have been made and verified Workstations Any specialized workstations or equipment needed for the daily operations, monitoring and reporting for the fare collection devices and CDCIS and subsystems required for use by employees of the contracting party (either the Department or LYNX) shall be provided by the Vendor. Regular workstations that are used in the daily course of business by regional partner employees that may also be used to access all of the Fare Collection System Applications will be provided by the regional partners and regular workstations should not be included as part of the Technical and Price Proposal submitted. 7.3 Data Networking Data communications shall be provided in a hierarchical network, with Data Storage Computer at the top level, an Ethernet switch at the middle level, and the TVMs, HHTVs, SPTVs and POSMs at the lowest level. All TVMs, HHTVs, SPTVs POSMs and OSMPs shall be networked back to the DSC. All infrastructure required data communications and switching equipment, routers and data cabling will be installed by the Department s station finish contractor to a termination point in an area/data cabinet near the end of each station platform. Maximum distance from the area/data cabinet to the TVM on the platform should not exceed 250 ft at each station location. LAN connection and AC power will be provided at the CDCIS by the Regional Partners at the Operations Control Center (OCC),. Data cabling, power cabling, connectors and any other equipment needed to operationalize the complete Fare Collection System between the termination point and the Fare Collection equipment shall be provided and installed by the Vendor. This includes, but is not limited to, equipment necessary to communicate between the TVMs, SPTVs, POSMs, HHTVs, OSMP, and the DSC. The station platform electrical and data wiring plan will be provided as requested on CD/DVD. All outdoor cabling shall be suitable for outdoor/wet installations. Wireless LAN data access points will be provided by Operations and Maintenance Contractor for data transfer between HHTVs used in coach cars and the DSC. 7.4 Data Transmission All devices shall be capable of being polled at various intervals throughout the day. Data shall be transmitted including status, positive lists, negative list, sales transactions, credit/ debit transactions, and error messages to/from each device as applicable. The data transmission parameters shall be user configurable and definable on a need by Exhibit D Fare Collection System Equipment Specifications D 51

157 Central Data Collection & Information System need bases for each equipment type. Data shall be automatically processed and populated into all applicable databases. The Data Storage Computer (DSC) shall record the date and time data was received from each device and store applicable information for devices where communication was not recognized. Retained data shall be stored in a PCI compliant manor and certified to that effect. All TVMs and SPTVs shall communicate over a fiber optic back bone from the station platform to the back office. The fiber optic line will be installed by the Department s station finish contractor. To support real time transaction between the HHTV, OSMP devices and the CDCIS (back office), the vendor shall utilize wireless broadband communication systems for the transmission of transaction data to DSC for authorization and settlement. This will be achieved by 4G or better current technology for real time data communications. 4G will consist of WiMAX or LTE depending on design requirements and latency issues. Latency across the wireless portion of network for buses over LTE will be no more than 40 milliseconds on 4G signals. The vendor shall provide an alternative capability for data communications with CDCIS from the vehicle by means of standards for communications as the vehicle pulls into garage/depot at the end of daily shift. The purpose of this alternative configuration will be to allow for redundancy as well as an option to on board real time validation. The POSM shall communicate over fiber optic line, T1 line or broadband Wireless Network Wi Fi. The fare collection equipment shall report status, events, alarms, and other information when necessary. All fare collection equipment shall also be able to receive information from the CDCIS to update fare structures, ticket print layouts, customer display information, operating parameters, and to be remotely commanded to perform certain diagnostic exercises. Remote workstations shall provide users access to the data for queries, report generation and status information. 7.5 Report Generation The CDCIS shall generate reports that shall enable the Department to analyze the fare collection system, revenues, trends, maintenance activities, passenger activities, security status, equipment failures, alarms, and so on. All reports shall be available on demand, spanning any range of data stored (such as by date, station, TVM, ticket type, event type, etc.). Based on user selection, the computer system shall also generate reports automatically at programmed intervals (such as daily, weekly, monthly and quarterly). This is to include past records. The CDCIS shall have the ability of query the DMS to retrieve data to produce consolidated reports. The CDCIS shall be configured to prevent queries and reporting from impacting and reducing the performance of the system. The CDCIS shall have the ability to use any data items within the DSC database to create ad hoc reports as needed. Exhibit D Fare Collection System Equipment Specifications D 52

158 Central Data Collection & Information System In addition to those reports to be provided with the system, the computer system shall enable the Department to customize existing reports and create new reports using Structured Query Language (SQL) commands available from the relational database manager. All reports shall be available locally on the computer screen, printed to any available printer, or on any other workstation networked to the CDCIS. The system shall also provide line graphs, bar charts, pie charts and other common data presentation methods to represent summarized data. 7.6 Application Software Application software shall permit the DSC to simultaneously communicate with several stations, two or more users (on remote computers), and up to two financial clearinghouses for credit/debit card authorizations should such an option be exercised. Application software shall utilize menu or icon driven user interfaces. All access to application software shall be under strict password authentication control. Commercially available, existing software developed and tested for a similar application is preferred. Application software for the CDCIS and DSC shall be fully functional through software upgrades for at least a 10 year period. 7.7 System Application Programming Interfaces System APIs shall be developed to ensure proper operation of all systems and devices. APIs included in the CDCIS shall include all information, data structures, protocols, libraries, to ensure proper interface of all vendor equipment and third party systems. 7.8 Graphical User Interfaces The CDCIS shall include a series of Graphical User Interfaces (GUIs). These GUIs shall allow authorized users to interface between the CDCIS and other subsystems/applications. In general, a set of GUIs shall be provided for each of the following and not limited to: Configuration of CDCIS Device Management System Configuration of Fare Processor and fare tables Reporting System Regional Clearinghouse Application (RCA) Customer Administration Application (CAA) System Status and Security Monitoring Application (SSSMA) Exhibit D Fare Collection System Equipment Specifications D 53

159 Central Data Collection & Information System 7.9 Configuration Management All configuration parameters of the TVMs, SPTVs HHTV, OSMP and POSM shall be alterable remotely from the CDCIS, including date and time, fare tables, security access codes, ticket printing formats, passenger display messages, in service/out of service times, accepted types of credit/debit cards, etc. DELIVERABLES CDCIS network architecture diagram Shop drawings, catalog cuts, and technical literature describing all LAN components Data analysis and report formats and capabilities Hardware and software specifications and technical information Data Storage Computer (DSC) Fare Processor Device Management System (DMS) Regional Clearinghouse Application (RCA) Online Ticketing Application (OTA) Customer Administration Application (CAA) System Status and Security Monitoring Application (SSSMA) Data Networking System (cabling and connectors) Workstations Application Software Report Generation Software Exhibit D Fare Collection System Equipment Specifications D 54

160 Installation and Interfaces 8.1 General 8.0 Installation and Interfaces Description The Vendor shall be responsible for installation of the fare collection and validation equipment as described in these specifications. The Vendor shall inspect each installation during installation work in accordance with the requirements of these specifications and drawings. All installation work shall be subject to the Department s review, inspection, and approval. The Vendor shall be responsible for installing all of the Specified equipment, hardware, software, and related items as required to establish a fully functional system that is fully integrated with the Vendor provided Central Data Collection & Information System (CDCIS). The Vendor shall perform all work in accordance with the Department s safety protocol requirements. The Vendor shall store equipment delivered to the project area. The Vendor shall be responsible for protecting the equipment from all forms of transportation, handling, theft, and environmental damage related to storage operations. The Vendor shall remain responsible for the equipment until final acceptance by the Department. The Vendor s proposed storage facility shall provide the adequate environmental, security, and handling protection. The Vendor s storage plan and operations plan shall be reviewed and approved by the Department at the Final Design Review Reference Standards The Design/Build Firm's Safety Program Submittals The technical specifications submission made by the Vendor in its Technical Proposal, of a detailed description of the following installation and interface elements: Preliminary Installation and Interface Plan, is incorporated herein by reference Quality Assurance The Vendor shall comply with Codes and regulations of the jurisdictional authorities. The Vendor shall provide a Quality Assurance Plan that addresses all aspects of quality control to include responsibility for reviewing and assessing quality and performance of work; acceptance, rejection, documentation, and resolution of deficiencies; corrective action; identify and prevent recurrence defective services; enforce corrective actions to Exhibit D Fare Collection System Equipment Specifications D 55

161 Installation and Interfaces poor performance of working staff; identify key quality control and inspection personnel; interface with Department staff; identifying control procedures for protection of Department property, facilities, and equipment. The Quality Assurance Plan shall detail the methodology and procedures for the following phases: Project planning Project execution and control Project review and evaluation Project closure 8.2 Execution Installation and Interface a. Equipment Site Inspection The Vendor shall inspect each installation site before performing equipment installation using an inspection checklist reviewed and accepted by the Department. The Vendor s site inspection shall verify that all civil, mechanical, electrical, and general conditions required to install the equipment in accordance with these specifications have been satisfied. The Vendor shall identify any equipment installation deficiencies during the inspection and report all deficiencies to the Department no later than three days following the inspection. The Vendor shall submit a written installation readiness certification of the site to the Department for review a minimum of 30 days prior to equipment installation at each location. b. TVM, SPTV and POSM Installation Requirements TVM and SPTV installations shall be designed to be freestanding. TVMs and SPTVs shall be fully operational with or without protection from the environment. The Station Finishes Contractors will provide power and communications connections through power distribution panels and communications junction boxes at each station. Conduits will be provided in the station platform from the power distribution panels and the communications junction boxes to the TVM and SPTV locations on the platform. Vendor shall be responsible for connecting the power and communications to the equipment by providing cable from the power and communications boxes to the TVM and SPTV locations. The CAT 5 cable can connect to the Phoenix Contact Ethernet Switch which supports VLAN to be used for the TVM and SPTV systems. The Station Finishes Contractors have been directed to provide a separate VLAN dedicated to TVM and SPTV use. The Vendor shall work with the Station Finishes Exhibit D Fare Collection System Equipment Specifications D 56

162 Installation and Interfaces Contractor and the Design/Build Firm to coordinate provisioning and physical installation throughout the system. The Vendor shall provide a separate firewall and outside interface for the TVM system at the Operations Control Center. Power and communications connections will be provided at retail outlets and ride stores for the POSMs. Ethernet switches for the POSMs will be provided by the Operations and Maintenance Contractor. Vendor shall be responsible for connecting the power and communications to the POSM equipment by providing cable from the power and Ethernet switches to the POSM locations. d. Mounting Requirements The Vendor shall submit to the Department detailed TVM and SPTV bolt patterns and all other detailed mounting requirements at each design review for the Department s review and acceptance. The bolts or other attachment devices shall not be exposed to the public after the equipment is installed. All mounting bolts shall be accessible only after opening the TVM door. The Vendor shall fabricate drilling and bolt insertion templates for the TVM and SPTV mounting bolts. Templates shall be fabricated prior to commencing the installations and, at the end of all installations, shall become the Department s property. The Vendor shall provide all mounting hardware, including mounting or pedestal base for each TVM and SPTV, including the spare units. e. Wiring and Installation Plan The Vendor shall submit to the Department detailed wiring requirements to interface at stations, retail outlets and ride stores for SPTVs, TVMs and POSMs at each design review for the Department s review and acceptance. Wires shall not be exposed to the public after the equipment is installed. f. TVM Intrusion Alarm Installation The Vendor shall install an internal TVM Intrusion Alarm system for each TVM installed at all stations. g. Installation and Interface Plan The Vendor shall submit an initial Installation and Interface Plan for the Department s review and acceptance at the Preliminary Design Review (PDR). The Vendor shall submit a final Installation and Interface Plan for the Department s review and acceptance at the Final Design Review (FDR). Exhibit D Fare Collection System Equipment Specifications D 57

163 Installation and Interfaces The Installation and Interface Plan shall outline details related to the personnel needed for installation work, equipment required and the installation schedule. The Installation and Interface Plan shall also detail all preparatory actions required for installation. h. Installation and Interface Drawings Basic Installation Drawings: The Vendor shall submit for the Department review and acceptance, preliminary drawings with station equipment installation details Each drawing shall identify all interface connections by color or number code Drawings shall be submitted at the PDR and FDR Installation Drawings: i. Installation and Interface Procedures The Vendor shall submit installation and removal procedures for all fare collection equipment and associated cables provided. The installation and removal procedures shall be submitted to the Department for review and approval at FDR. The subject procedures shall be sufficiently detailed to enable the Department s maintenance personnel to remove and subsequently install the equipment. The subject procedures, once reviewed and approved by the Department, shall be submitted to the Department in digital form and on laminated sheets or in other formats resistant to wear and tear. The installation procedures shall also be included in the appropriate manual. DELIVERABLES Quality Assurance Plan Storage Plan Operations Plan Installation and Interface Plan: o Initial o Final Drawings: o Shop o Preliminary station installation drawings o Installation and interface, by location Installation and Removal Procedures Exhibit D Fare Collection System Equipment Specifications D 58

164 Installation and Interfaces Detailed TVM and SPTV bolt patterns and all other mounting requirements Inspection Checklist Sealing Material Sample Certification: o Tests certified by an approved testing laboratory o Installation readiness o Manufacturer s certification o Installation Readiness Certificate Wiring and Installation Plan Written Installation Readiness Certification Exhibit D Fare Collection System Equipment Specifications D 59

165 Design Review and Testing 9.1 General 9.0 Design Review and Testing Description The Vendor shall plan for, perform, monitor, and document all tests required to prove the design and acceptability of the Fare Collection System, including all elements, subsystems, and the system as a whole, furnished under this Contract. The Vendor shall furnish Fare Collection Equipment that meets the criteria specified for all tests. Testing shall not commence until all designs affecting the respective equipment and all related testing procedures have been approved. The design reviews shall take place during the development process and acceptance of the design reviews is a prerequisite for the Vendor to proceed to the next phase. The Department may perform additional testing beyond that specified herein of any equipment, material, hardware and software function to determine acceptability. The Department shall perform this additional acceptance testing in accordance with the contract documents and reserves the right to perform additional testing at any time to determine conformance with the contract document requirements. Additional testing by the Department shall not be considered as a replacement for any testing conducted by the Vendor or a manufacturer producing materials for the contract. Testing shall be completed in a Department approved test environment which requires the installation of all hardware, to include a fully functional TVM and software that will replicate what the production environment will be at the commencement of revenue service Submittals The technical specifications submission made by the Vendor in its Technical Proposal, of a detailed description of its testing program including, but not limited to, the following: Project Master Schedule, Acceptance and Testing Plan, is incorporated herein by reference. 9.2 Execution Project Master Schedule The Vendor shall submit to the Department for approval a Project Master Schedule within 30 days of Written Authorization. The Project Master Schedule shall detail when each activity under each milestone will take place. This schedule is to be guided by the Milestone Payout Schedule. Exhibit D Fare Collection System Equipment Specifications D 60

166 Design Review and Testing Testing Testing shall be conducted at three levels: Equipment Operations Fare Collection Equipment and CDCIS Network Integration Data transmission and interface System Installation and Operations Installation and acceptance Testing Plans, Procedures, Facilities and Reports Testing plans, testing sheets and testing reports shall be developed and presented for each level of testing. Once the testing plans and testing sheets have been accepted by the Department, the Vendor shall conduct the necessary testing at each level and a testing report shall be presented to the Department within seven calendar days of the completion of the testing. The Department will review and accept the testing reports within fifteen calendar days of the submittal by the Vendor. Draft and Final Testing Plans shall be presented to the Department for approval during the Preliminary Design Review phase. The testing plans shall be used as the controlling document for all inspections and tests exclusive of any QA/QC procedures and shall include a detailed schedule indicating the sequence of each test and where and when each test will take place. Detailed Testing Sheets shall be provided to the Department with detailed checkoff sheets to be used during the testing process. The testing sheets shall be submitted by the Vendor to the Department for review and approval a minimum of 30 days prior to the testing. Test Reports shall be submitted to the Department for each test, including copies of all test documentation and data. The test reports shall include all historical data, such as tests performed, failures, modifications and repairs pertaining to the item or system tested. Test reports will be reviewed and approved by the Department Equipment Operations Testing a. Equipment Operations Testing includes the following tests: Design Qualification Testing First Article Configuration Inspection (FACI) First Article Testing (FAT) Production Inspection and Testing b. Design Qualification Testing Design Qualification Testing shall take place at the Preliminary Design Review and the Vendor shall demonstrate that each component or subsystem of the Fare Collection Equipment to be supplied meets or exceeds the requirements of the Department. The Exhibit D Fare Collection System Equipment Specifications D 61

167 Design Review and Testing test plan will be submitted to the Department prior to the testing and shall be approved by the Department. The results of the testing will be reviewed and approved by the Department. c. First Article Configuration Inspection (FACI) The FACI shall take place at the point of assembly after completion of the first production TVM. The quality of workmanship for the production of subsequent TVMs shall be established at the FACI. The Department shall be notified 21 days before the FACI date. The FACI shall verify that the production hardware complies with the design configuration and drawings as approved by the Department. d. First Article Testing (FAT) The fare collection equipment to be tested in the FAT shall be the first production unit. FAT shall be conducted upon successful completion of the FACI. The Vendor shall prepare and submit FAT procedures to the Department for approval within 21 days of completion of the FACI. The Vendor shall conduct the FAT as the Vendor s facility. All FAT reports shall be subject to the Department approval. The Department reserves the right to be present at the Vendor s facility for the FAT. At this level of testing, the Fare Collection Equipment shall be representative of the final production item. The purpose of this test shall be to demonstrate that for all items of equipment, to be furnished under this contract, the requirements have been met Network Integration Inspection and Related Testing Upon completion of the first installation, the Vendor shall perform the Network Integration Inspection and Testing. The purpose is to demonstrate the proper data transmission from the TVMs to the DSC and workstations, control and data monitoring and reporting functions as specified in these specifications with full integration of the CDCIS subsystem, the Department s network and communication transmission system. The DSC shall be connected to the Department s network and software shall be installed on two workstations. Two of the first production TVMs and a station local area network shall be assembled at two stations and communications provisions to integrate the TVMs with the CDCIS shall be provided by the Vendor Installation and Acceptance Inspection and Testing a. Installation Inspection and Testing The installation and inspection testing must be completed and approved by the Department prior to the installation of the remaining equipment at the Department s facilities. The detailed test sheets and test procedures shall be approved by the Department prior to testing. b. Acceptance Testing Exhibit D Fare Collection System Equipment Specifications D 62

168 Design Review and Testing The Vendor shall conduct Acceptance Testing and the results shall be subject to review and approval by the Department. The Vendor shall submit an Acceptance Testing Plan to the Department for approval. The plan shall describe the management, monitoring, recording and reporting procedures. The Acceptance Testing Plan shall be submitted to the Department for review and approval a minimum of 60 days prior to the scheduled start of the system acceptance test period. The Department reserves the right to make changes to the acceptance testing plan prior to the start of Acceptance Testing Design Reviews The In Progress Design Review shall be scheduled by the Vendor and held within a reasonable time, as defined by the Department, of Written Authorization. The purpose of the In Progress Design Review is for the Vendor and the Department project manager to coordinate activities, for the Vendor to present its intended design and to identify interface requirements. Approval of all In Progress submittals by the Department is a prerequisite to proceeding to the Mid Point Design Review. Upon reaching agreement with the design concepts as presented in the In Progress Design Review, the Vendor shall prepare preliminary design drawings, documentation and data for review and approval by the Department. The Mid Point Design Review shall then be scheduled by the Vendor and convened within a reasonable time, as defined by the Department, of Written Authorization. Mid Point design review shall include preliminary design drawings, documentation and data for approval by the Department. Approval of all Mid Point Design Review submittals by the Department is a prerequisite to proceeding to the Preliminary Design Review. The Preliminary Design Review (PDR) shall take place when the design is essentially complete. The PDR shall provide the opportunity to review, revise and agree on the details of the proposed final design prior to release of the designs for manufacture. PDR submittals shall include finalized submittals for all required drawings, documents and data. The PDR shall be scheduled by the Vendor within a reasonable time, as defined by the Department, and shall be held at the Department offices or at the offices of the Vendor in the United States, as determined by the Department. The Final Design Review (FDR) shall take place when the revisions to the PDR are completed. FDR submittals shall include the final required drawings, documents and data. The FDR shall be scheduled by the Vendor within a reasonable time, as defined by the Department, of the PDR. DELIVERABLES Project Master Schedule Draft and Final Testing Plans Detailed Testing Sheets Test Reports First Article Configuration Inspection (FACI) Reports, Procedures and Sheets First Article Testing (FAT) Reports, Procedures and Sheets Exhibit D Fare Collection System Equipment Specifications D 63

169 Product Support 10.0 Product Support 10.1 General Description A preliminary training plan, identifying all courses to be taught, location for each, estimated training hours, class sizes, presumed student prerequisite skills, the development and delivery schedule for each and the resumes of the proposed instructors for each, shall be provided in the proposal. The Vendor shall submit for the Department s review and approval training curricula as part of the Preliminary Design Review. The curricula shall meet all training requirements and indicate course content, training time requirements, and who should attend Submittals The technical specifications submission made by the Vendor in its Technical Proposal, of a detailed description of the following product support elements: Recent examples of manuals from other similar projects, List of approved and recommended special tools, List of recommended spare parts, Draft warranty plan, Operations and Maintenance Support Proposal, is incorporated herein by reference Products Training Courses The following training courses shall be provided but not limited to: Revenue Servicing All revenue service personnel that will be responsible for serving TVMs shall be given training to teach the routine service functions of accessing the TVM, collecting monies, replenishing ticket stock and change, clearing basic jams, printing and retrieving audit tickets, and securing the TVM. Field Maintenance and Servicing All maintenance personnel who may be required to perform schedule maintenance and support activities shall attend a training course. The course shall provide all knowledge necessary for operation, troubleshooting, maintenance, repair, component change out, and scheduled maintenance of fare collection equipment. Shop Repair A selection of mechanics and electricians who will perform the periodic overhaul, remedial repair, and adjustment of the fare collection Exhibit D Fare Collection System Equipment Specifications D 64

170 Product Support equipment shall be given a comprehensive instruction course in the operation, troubleshooting, maintenance, repair (including printed circuit boards) and overhaul of the equipment. Revenue and Maintenance Workstation Operations Personnel who will operate the Revenue and Maintenance Workstations shall be trained in the use of all application programs and functions provided by the workstations. Included in this training will be the administration of TVM operating parameters, configuration files, ticket and display text, fare tables, and voice messages. Procedures to download data to TVMs, manually induce data polling, remotely control TVMs, monitor equipment status, and generate queries and reports shall be covered. Administrative Workstation Operations Personnel who will administer the CDCIS shall be trained in all aspects of CDCIS network administration. This course shall provide the fundamentals of administration of the CDCIS operating system, application software, and relational database manager. All other functions supported by the Administrative Workstation shall also be covered, as shall the administrative tasks required to maintain communications to the Fare Collection Equipment and the workstations. Security Workstation Operations Personnel who will be responsible for monitoring the Security Workstation shall be trained in operations and procedures associated with the workstation. TVM Accounting and Registration Information Those management personnel who will generate and use reports from the CDCIS shall be trained to be familiar with report contents and uses. Using sample data created from testing interval, reports shall be generated from the CDCIS and used to explain the resulting data output Technical Support The Vendor shall describe their customer support services organization and provide information about the capabilities they shall maintain through the life of the contract. On site technical support personnel, from the Vendor, shall be available from the time the first unit of fare collection equipment is delivered to the Department through the end of final acceptance of all fare collection equipment. The Vendor shall be responsible for all TVM, SPTVs, HHTVs, POSMs and CDCIS maintenance through acceptance. During the warranty period, the Vendor s personnel shall assist the Department when the Department is unable to diagnose or make a repair, provide replacement parts, and respond to any warranty claims, including initiation and follow up of remedial actions. Exhibit D Fare Collection System Equipment Specifications D 65

171 Product Support Manuals The Vendor shall provide all standard current manuals for the fare collection equipment proposed at the time the first unit of fare collection equipment is delivered. The manuals shall be complete, accurate and up to date. The Vendor shall submit all manuals and parts catalogs, including drawings in electronic media types, electronically on CD or DVD. Manuals shall be organized and shall include, as a minimum, but not limited to, the information as follows: Fare Collection Operating Instruction Manual shall contain all information needed for safe, proper, and efficient operation to the Fare Collection Equipment. Manuals shall include but not be limited to general orientation and familiarization with all features of the Fare Collection Equipment. Detailed information shall be provided regarding location, function and operation of all controls, indicators, switches, hardware and reset buttons, and trouble diagnosis. All normal operation sequences shall be described in detail. Fare Collection Equipment Preventative Maintenance Manual shall contain all information needed to enable maintainers to perform all periodic inspection and preventative maintenance tasks including all routine lubrication, inspection and replacement of consumable items. The manual shall contain recommended preventative maintenance schedules, grouped, as much as possible, into compatible and convenient intervals of time, or operating hours. Fare Collection Equipment Corrective Maintenance Manual shall contain all information needed to enable maintainers to diagnose problems, and to make adjustments and repairs to all Fare Collection Equipment components and subassemblies. Repairs include adjustments, reports or replacements prescribed to restore the Fare Collection Equipment components and subassemblies to a normal operational condition in an efficient and timely manner. Fare Collection Equipment Shop Repair and Overhaul Manual shall contain a detailed description of each assembly and subassembly to enable maintainers to service, maintain, repair, replace, rebuild and overhaul the Fare Collection Equipment. Fare Collection Equipment Parts Manual shall enumerate and describe every Fare Collection Equipment component with its related parts, including the supplier s number and the Vendor s number. Cut away and exploded drawings shall be used to permit identification of all parts not readily identified by description. Parts common to different components, such as screws, shall bear the same Vendor s number with reference to the other components where they are found. Each part or component shall be identified as being part of the next assembly. Commercially available items such as standard fasteners, fuses, lamps, fittings, switches, solenoids, and motors shall be identified by standard hardware nomenclature in addition to the Vendor s number. Exhibit D Fare Collection System Equipment Specifications D 66

172 Product Support Fare Collection Equipment Software and Programming Manual shall describe how to operate and maintain the Fare Collection Equipment software. Procedures for updating Fare Collection Equipment application software shall be provided. The manual shall also include a high level description of the Fare Collection Equipment application software design and the function of all executable modules. Fare Collection Equipment Software Source Code Manual One or more manuals shall also be provided that fully documents the Fare Collection Equipment applications software source code, including data files, data file structure and data file mapping and cross referencing. CDCIS Original Equipment Manufacturer (OEM) Manual shall be provided unaltered. All manufacturers hardware and software documentation for the CDCIS, workstations, and any associated networking hardware and software shall be supplied in their entirety. Where appropriate, these manuals may be bound with the Vendor s documentation. CDCIS Administrator s Manual shall supply all necessary procedures to administer the CDCIS and the associated networking hardware and software. Administrative requirements of the CDCIS operating system software shall be described in detail or specific references to the manufacturer s operating system documentation shall be supplied. All administrative procedures, including managing user accounts, data archiving, and backup creation and restoration (full and incremental) shall be provided in this manual. All functions performed on the CDCIS Administrative Workstation shall also be documented in this manual. CDCIS Workstation User s Manual shall provide complete documentation on the use of the Revenue and Maintenance Workstations. All functions supported by these workstations shall be fully explained, including logging onto the system, querying the database, generating reports, altering fare tables and other operating parameters, downloading data, polling Fare Collection Equipment for data, managing the voice messaging system, and proper responses to all input requests. Extensive use of sample screens shall be employed throughout the manual. CDCIS Security Workstation User s Manual shall provide the necessary information to document use of the Security Workstation and its specialized application software. In addition to a complete description, a quick reference page or card shall also be provided that summarizes the functionality of the workstation and the proper responses to alarm events. CDCIS Report Formatting Manual shall provide instructions on how to create new queries and reports and to modify existing reports, instructions on how to add reports to the list of prepared reports, to schedule reports of automated generation at predetermined times and to delete unused reports shall also be Exhibit D Fare Collection System Equipment Specifications D 67

173 Product Support provided. If necessary, specific references to manufacturer s documentation shall also be provided to clarify instructions. CDCIS Design and Database Structure Manual shall describe the design of the CDCIS network architecture and the communication protocols used between the CDCIS, Fare Collection Equipment, CDCIS workstations and any other required networking hardware. The manual shall provide a complete description of the database structure, including definitions, parameters, and relations for all database fields, records and tables. CDCIS Software Source Code Manual One or more manuals shall also be provided that fully documents the CDCIS application software source code, including data file, data file structure, data file mapping and cross referencing, and a data dictionary. As part of the proposal, Vendor shall provide as many of the manuals identified above as possible. Vendor shall identify all manuals that do not exist currently Software Escrow Within 90 days following final acceptance of the equipment, the Vendor shall supply the software source code and documentation, in both electronic and hardcopy forms, for all software developed by the Vendor for the fare collection system purchased under this contract in escrow Diagnostic and Test Equipment (DTE) The design of the fare collection equipment may require the use of custom DTE. The Vendor shall supply any such equipment. Any cabling and/or test harnesses used during system and integration testing shall become the property of the Department. A DTE list shall be provided on the appropriate cost sheets in Exhibit C. The list shall include all custom equipment as well as all standard, off the shelf equipment recommended by the Vendor Special Tools The Vendor shall furnish all special tools required to maintain each subsystem to the Department. Special tools are defined as those tools that are not commercially available in the United States Spare Parts Spare parts shall be interchangeable with their corresponding part and shall be reconfigured to the latest revision during the warranty period. The Vendor shall have available at least two U.S. sources for spare parts that are exchanged regularly during preventative maintenance. Exhibit D Fare Collection System Equipment Specifications D 68

174 Product Support All spare parts shall be delivered prior to the start of the warranty period for any equipment Spare Parts Recommendation The Vendor submitted, as part of the Technical Proposal, a list of recommended spare parts and the cost associated with those parts. The final list of spare parts will be approved during the Preliminary Design review by the Department Warranty Manufacturers and Sellers Warranties Vendor hereby assigns to the Contracting Party (the Department in the contract with the Department, or LYNX in the contract with LYNX) any and all manufacturers or other sellers warranties that come with any products, material or supplies what are incorporated into or are consumed in that Contracting Party s contract in any way. To the extent that any such warranties contain a limitation on assignment, Vendor agrees that Vendor purchased the products, materials and supplies on behalf of the Contracting Party with the intent that the Contracting Party be the intended recipient of any warranties. All documents associated with or describing any such warranties shall be delivered to the Contracting Party along with the other contract final acceptance documents and shall be deemed to be a part of the required final acceptance documentation. Vendor shall not take any action or fail to act in any way which voids any such warranties. All subcontracts shall contain a similar provision which requires subcontractors to assign any such warranties to the Contracting Party. Vendor General Warranty In addition to any warranties implied by law and to any manufacturer or distributors warranties assigned to the Contracting Party (the Department in the contract with the Department, or LYNX in the contract with LYNX) the Vendor hereby warrants that all fare collection equipment shall conform to all samples and shop drawings provided and shall be free from defects in materials and workmanship for a 3 year renewable period following the date of final acceptance. This warranty shall apply to each component of any assembly and to any assembly as a whole. In the event a defect, malfunction, or other failure not caused by misuse or third party acts not contemplated occurs during the warranty period, Vendor shall repair the warranted item if repair can be made on site within a reasonable time from receipt of notice of the occurrence. If repair cannot be made within a reasonable time from receipt of notice of the occurrence, Vendor shall replace the warranted item on site within a reasonable time from receipt of notice of the occurrence. In determining a reasonable time for repair or replacement, matters unique to the Vendor, such as office location or availability of personnel, shall not be considered. In the event that the Contracting Party determines that public health, safety, or welfare requires temporary measures to continue safe functioning of the facility of which the warranted item is a Exhibit D Fare Collection System Equipment Specifications D 69

175 Product Support part, Vendor shall provide temporary items or take other temporary measures as the Contracting Party deems necessary. All repairs, replacements, and temporary measures shall be at the sole cost and expense of the Vendor, without any charge to the Contracting Party. If the Vendor fails to comply with Vendor obligations under this warranty, Vendor shall be liable to the Contracting Party for all damages associated with the Vendor s breach hereof and dames associated with the initial occurrence form the date of the occurrence. Damages shall include, but shall not necessarily be limited to, costs incurred in repairing or replacing warranted items, as well as incidental and consequential damages suffered by the Contracting Party.The Vendor has submitted a draft Warranty Plan as part of the Technical Proposal that identifies response times and details all processes and procedures to be used for any and all anticipated warranty redesign, repairs, and replacements. Typical response times for typical problems with the equipment were submitted as part of the Technical Proposal. That submittal is hereby incorporated herein this contract by reference. The final warranty plan will be approved by the Department during the Preliminary Design Review Operations and Maintenance Support The Vendor submitted, as part of the Technical Proposal, an Operations and Maintenance proposal that incorporated the use of the Vendor s staff to operate and maintain the fare collection system equipment for a period of five (5) years with renewal options for up to an additional five (5) years. The Operations and Maintenance proposal included, but was not limited to, the number of staff and the skill sets of the staff that would be used to provide these services, the frequency of maintenance and the hours that Vendor staff would work, and the annual cost to provide technical operations and maintenance support to the Department for all fare collection equipment, fare media and all required CDCIS (i.e. back of house ) equipment and subsystems, and a disaster recovery plan. That submittal is hereby incorporated herein this contract by reference. Vendor shall understand that the quantity of each CTVMs and FSTVMs to be supplied is subject to change. Below provides the CFCRT service levels for each phase: Phase 1 (beginning Spring 2014) o 31 miles, 12 stations Phase 2 (beginning 2016) o An additional 30 miles, 5 stations (61 miles, 17 stations total) Span of service is 16.5 hours, Monday through Friday, no weekend service; Peak service every 30 minutes 05:30 to 08:30 and 15:30 to 18:30 on weekdays; Off peak service every two hours 8:30 to 15:30 and 18:30 to 22:00; and Exhibit D Fare Collection System Equipment Specifications D 70

176 Product Support Exclusive operating windows designated for commuter rail service. The FBA extends from the DeLand Amtrak station in Volusia County to the north to Poinciana Industrial Park in Osceola County to the south. A total of seventeen (17) stations are in the FBA. The proposed service plan would provide 30 minute bidirectional service during morning and evening peak periods and 120 minute service in the midday, Monday through Friday, using push pull diesel locomotives, coaches and cab cars. DELIVERABLES Preliminary training plan DTE list of all equipment recommended Training Curricula Training Courses Technical Support Manuals Software Escrow Diagnostic and Test Equipment (DTE) Special Tools Spare Parts Warranty Plan Operations and Maintenance Support Proposal Exhibit D Fare Collection System Equipment Specifications D 71

177 CFCRT Business Rules I. Fare Pricing Exhibit E CFCRT Business Rules The CFCRT system will be divided into four zones based on county boundaries: Volusia, Seminole, Orange, and Osceola Counties. Passengers traveling within a zone (or County) will pay the standard base fare, while those passengers travelling through more than one zone will pay a higher fare. The proposed fare structure would include: Base Fares A base fare would be defined by a one way trip on CFCRT made by an adult (not reduced fare) rider. The base fare will be tied to the prevailing adult cash fare levied by LYNX for a one way trip on its local bus system. At this time, the base fare is expected to be $2.00 for a single zone trip plus $1.00 for each additional zone travelled. For example, the base fare for travel within a single zone is $2.00; the base fare for a 2 zone trip is $3.00, etc. The maximum one way base fare would be $5.00. Reduced Fares The following rider categories (compatible with LYNX) would be entitled to ride CFCRT at the established reduced fare at a 50% discount: o Senior Citizens, 65 years and older o Persons with Disabilities (Physical or Mental Disability) o Medicare Cardholder o High School Students o Children (ages 5 18) Prepaid Fares Prepaid fares would be priced to provide a discount from base fares and allow unlimited travel on CFCRT and transfers to and from LYNX and Votran buses. o Round Trip Pass would be valid for travel only on the date issued. o Weekly Pass would be valid starting on the date activated for unlimited rides for 5 consecutive days. o Monthly Pass would be valid starting on the date activated for unlimited rides for 31 consecutive days. Exhibit E CFCRT Business rules E 1

178 CFCRT Business Rules o Annual Pass would be valid with a photo ID card issued by FDOT or by a participating firm or business organization for unlimited rides for 365 consecutive days. o Stored Value would provide savings when adding increments of value to the card and deduct fares based on use. Transfer Upgrades Transferring passengers from LYNX and Votran will need to pay a $1.00 upgrade charge to for each additional zone traveled. Exhibit E CFCRT Business rules E 2

179 CFCRT Business Rules Recommended CFCRT Fare Pricing Structure Number of Zones Traveled Base Fare Transfer Upgrade Round Trip Weekly Pass Monthly Pass Annual Pass Standard Reduced Standard Reduced Standard Reduced Savings Standard Reduced Savings Standard Reduced Savings Standard Reduced Savings 1 $2.00 $1.00 $1.00 $0.50 $3.750 $1.75 6% $17.00 $ % $56.00 $ % $ $ % 2 $3.00 $1.50 $2.00 $1.00 $5.50 $2.75 8% $25.00 $ % $84.00 $ % $ $ % 3 $4.00 $2.00 $3.00 $1.50 $7.50 $3.75 6% $34.00 $ % $ $ % $1, $ % 4 $5.00 $2.50 $4.00 $2.00 $9.50 $4.75 5% $42.50 $ % $ $ % $1, $ % a) The Initial Operating System (DeBary to Sand Lake) will include three (3) zones. b) Round Trip discounts based on 2 one way trips within the same zone(s). c) Weekday ticket discounts based on 10 rides per week (5 weekdays). d) Monthly ticket discount based on 41 rides per month (20.5 weekdays). e) Annual discount based on 510 rides per year (2 x 255) weekdays per year). Exhibit E CFCRT Business rules E 3

180 CFCRT Business Rules II. Definition of Paid/Unpaid Areas The CFCRT system will be operated and designed with open stations, containing no fare gates that will allow passengers to enter the stations without a valid smart card. Below is a description of the paid area and unpaid area, as defined to denote the parts where passengers will need to be in possession of a valid smart card: Paid Area will be defined as the area on a station platform and on board a CFCRT train. Passengers will be required to have the valid smart card with the appropriate amount of fare, based on trip type prior to boarding a CFCRT train. Unpaid Area will be defined as the area in a station parking lot, and any other adjacent locations, other than on a station platform and on board CFCRT. III. Ticket Media Contactless Smart Card (Standard) to load, reload, validation of base, reduced, prepaid fares for daily commuters on CFCRT and daily commuters transferring to CFCRT from LYNX and Votran bus systems. Contactless Smart Card (Limited Use Paper Stock) for preset loaded values for base and reduced fares for the occasional rider on CFCRT. Also, dispensed for transfer upgrade for occasional riders transferring from LYNX and Votran bus systems. IV. Issuance of Fare Media Ticket Vending Machines (TVM) purchase and issue standard and limited use smart cards at all TVMs. TVMs will also provide balance on smart cards to customers. Customers will be able to load, reload values to standard smart cards. TVMs will also accept magnetic stripe fare tickets from LYNX and Votran for purchase of limited use smart cards for transfer upgrade to CFCRT. Point of Sale Machines (POSM) purchase and issue standard smart cards at participating retail outlets and ride stores. Clerks at these outlets will assist CFCRT customers buy selling and loading values to new smart cards, selling new smart cards with prepaid values and reloading values on existing smart cards. Online/Mailings purchase smart cards online and issued by mailing to customers. Customers can also register their smart card, sign up for balance protection and auto reload. Exhibit E CFCRT Business rules E 4

181 CFCRT Business Rules V. Validation of Fare Media Station platform Ticket Validators (SPTV) tap on, tap off process. Passengers will validate there smart card prior to boarding CFCRT and largest one way fare of $5.00 will be deducted from their card. Passengers will tap their card again after exiting train on station platform and will be refunded difference in fare based on alighting zone. Handheld Ticket Validators (HHTV) Conductors will validate and inspect passengers smart cards for valid fare. A passenger has the option to purchase a one way fare from the conductor using a credit/debit card. The passenger will be charged $5.00 for the fare, plus a penalty (i.e. $5) for each occurrence. VI. Enforcement of Fare Violations Conductors will have the authority to issue citations for fare evasions. Police powers from local authorities may be required to meet the CFCRT train at the closest station to remove and/or potential arrest unruly passengers. VII. Cash vs. Cashless Ticket Vending Machines (TVMs) FDOT is intending to implement a system with both cashless TVMs and Full Service TVM s at all stations. VIII. Interagency fare policy agreements between FDOT, LYNX and Votran will establish that the agency that collects the initial fare on a transit trip will retain the revenues. FDOT will retain the transfer upgrade revenues. Smart Card Registration Implementing a smart card registration for customers through the CFCRT website to provide an opportunity to reload value and use balance protection for lost, damaged or stolen cards. Registration is encouraged but not required. Balance Protection will preserves the value of card in the event that it is lost or stolen and transfers the remaining balance to a new card at the time of notification. The lost or stolen card will be deactivated. A fee will be charged (i.e. $5) will be charged for the replacement smartcard. Privacy Laws will ensure that personal information is protected from public record and not accessed for other uses. A privacy plan will be established to govern the collection, use and handling of personal information. IX. Credit Card Protection and Security Exhibit E CFCRT Business rules E 5

182 CFCRT Business Rules Credit/debit transactions for purchasing CFCRT fares will include consumer credit card protection Payment Card Industry Data Security Standard (PCI DSS). X. Branding & Marketing FDOT will brand the equipment (trains, TVMs, stations, etc) and advertisement materials for CFCRT. FDOT will be working with a marketing consultant to establish the name and design of the fare card that incorporates the CFCRT logo and color scheme. Some business may be able to include their logo on the fare media for partnership programs. Exhibit E CFCRT Business rules E 6

183 EXHIBIT _ F REQUIRED CONTRACT PROVISIONS FOR FEDERAL TRANSIT ADMINISTRATION FEDERAL- AID CONTRACT For Central Florida Fare Collection System Equipment Financial Projects Number(s): Federal Aid Project Number(s): N/A Contract Number:

184 REQUIRED CONTRACT PROVISIONS FOR FEDERAL TRANSIT ADMINISTRATION FEDERAL-AID CONTRACT I. FLY AMERICA REQUIREMENTS... 3 II. CARGO PREFERENCE REQUIREMENTS... 3 III. ENERGY CONSERVATION... 3 IV. CLEAN WATER... 3 V. LOBBYING... 4 VI. ACCESS TO RECORDS... 5 VII. FEDERAL CHANGES... 7 VIII. CLEAN AIR...7 IX. RECYCLED PRODUCTS... 7 X. CONTRACT WORK HOURS AND SAFETY STANDARDS... 7 XI. NO OBLIGATION BY THE FEDERAL GOVERNMENT XII. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR XIII. RELATED ACTS GOVERNMENT-WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT)... 9 XIV. PRIVACY ACT... 9 XV. CIVIL RIGHTS REQUIREMENTS XVI. BUY AMERICA XVII. SENSITIVE SECURITY INFORMATION..13 XVIII. USE OF $1 COINS. 13 XIX. XX. INTELLIGENT TRANSPORTATION SYSTEMS INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS...14

185 FLY AMERICA REQUIREMENTS The Vendor agrees to comply with 49 U.S.C (the Fly America Act) in accordance with the General Services Administration s regulations at 41 CFR Part , which provide that recipients and subrecipients 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 Vendor 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 Vendor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. CARGO PREFERENCE REQUIREMENTS Cargo Preference - Use of United States-Flag Vessels - The Vendor 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 Market Development, Maritime Administration, Washington, DC 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. ENERGY CONSERVATION The Vendor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. CLEAN WATER (1) The Vendor 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 et seq. The Vendor 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. Page 3 of 14

186 (2) The Vendor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. LOBBYING Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L [to be codified at 2 U.S.C. 1601, et seq.] - Vendors 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 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 Such disclosures are forwarded from tier to tier up to the recipient. APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Vendor] 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, renewal, 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 making lobbying contacts to an officer or employee of any 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, the undersigned 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 (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 , 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 subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall Page 4 of 14

187 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 (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 such 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.] The Vendor,, 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. A 3801, et seq., apply to this certification and disclosure, if any. Signature of Vendor s Authorized Official Name and Title of Vendor s Authorized Official Date ACCESS TO RECORDS The following access to records requirements apply to this Contract: 1. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R (i), the Vendor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Vendor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Vendor also agrees, pursuant to 49 C.F.R to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Vendor s records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R , Vendor agrees to provide the Purchaser, the FTA Administrator or his authorized representatives, including any PMO Contractor, access to the Vendor s records and construction sites pertaining to a major capital project, defined Page 5 of 14

188 at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or By definition, a major capital project excludes contracts of less than the simplified acquisition threshold currently set at $100, Where the Vendor enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R , Vendor agrees to provide the Purchaser, FTA Administrator, the Comptroller General of the United States or any of their duly authorized representatives with access to any books, documents, papers and record of the Vendor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. 4. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Vendor 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. 5. The Vendor shall provide to the U.S. Secretary of Transportation and the Comptroller General of the United States, or their duly authorized representatives, access to all third party records as required by 49 U.S.C. section 5325 (g). The Vendor shall further provide sufficient access to third party procurement records as needed for compliance with Federal laws and regulations or to assure Project management as determined by FTA. 6. The Vendor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 7. The Vendor 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, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Vendor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). 8. Vendor shall also include in its subcontracts the requirement that the subcontractors shall provide to the U.S. Secretary of Transportation and the Comptroller General of the United States or their duly authorized representatives access to all third party contract records as required by 49 U.S.C. section 5325 (g), and shall further provide sufficient access to third party procurement records as needed for compliance with Federal laws and regulations or to assure Project management as determined by FTA. Page 6 of 14

189 FEDERAL CHANGES Vendor shall at all times comply with all applicable Federal laws, regulations, and directives, including without limitation those listed directly or by reference in the Master Agreement between the Florida Department of Transportation and FTA, as they may be amended or promulgated from time to time during the term of this contract, except to the extent that FTA determines otherwise in writing, which Master Agreement is hereby incorporated herein by this reference. All standards or limits in the Grant Agreement or Cooperative Agreement for the Project, and in the Master Agreement, are minimum requirements, unless modified by FTA. Vendor s failure to so comply shall constitute a material breach of this contract. CLEAN AIR (1) The Vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C et seq. The Vendor 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 Vendor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. RECYCLED PRODUCTS Recovered Materials - The Vendor 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 but 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. CONTRACT WORK HOURS AND SAFETY STANDARDS The Vendor is required to comply with employee protection requirements for nonconstruction employees of the Contract Work hours and Safety Standards Act, as amended, 40 U.S.C. section 3701 et. seq., in particular section 102 of that Act at 40 U.S.C. 3702, and the implementing regulations 29 C.F.R Part 5, in particular at 5.5 (b) as follows: (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 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. Page 7 of 14

190 (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 therefor 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 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 Department 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 THE FEDERAL GOVERNMENT (1) The Vendor acknowledges and agrees 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 Vendor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Vendor 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 AND FALSE OR FRAULENT STATEMENTS OR RELTATED ACTS (1) The Vendor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C et seq. and U.S. DOT regulations, "Program Fraud Page 8 of 14

191 Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Vendor 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 Vendor 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 Vendor to the extent the Federal Government deems appropriate. (2) The Vendor 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 and 49 U.S.C. 5307(n)(1) on the Vendor, to the extent the Federal Government deems appropriate. (3) The Vendor 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. GOVERNMENT-WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) The Vendor is required to comply with 2 CFR 1200 and 2 CFR 180, Subpart 3, and must include the requirement to comply with 2 CFR 180, Subpart 3, as supplemented by 2 CFR 1200, in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the Department. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the Department, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 2 CFR 1200 and 2 CFR 180, Subpart C, while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. PRIVACY ACT Contracts Involving Federal Privacy Act Requirements - The following requirements apply to the Vendor and its employees that administer any system of records on behalf of the Federal Government under any contract: Page 9 of 14

192 (1) The Vendor 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 Vendor 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 Vendor 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. (2) The Vendor 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 FTA. CIVIL RIGHTS REQUIREMENTS Civil Rights - 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 , and Federal transit law at 49 U.S.C. 5332, the Vendor 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 Vendor 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 - 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 , "Equal Employment Opportunity," as amended by Executive Order No , "Amending Executive Order 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 Vendor 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 Vendor agrees to comply with any implementing requirements FTA may issue. Page 10 of 14

193 (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 Vendor 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 , the Contractor agrees that it will comply with the requirements 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. (3) Access for Individuals with Disabilities. Vendor agrees to comply with all applicable provisions of 49 U.S.C. section 5301 (d), all applicable provisions of section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. section 794, and all applicable provisions of the Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. sections et. seq, and all applicable provisions of the Architectural Barriers Act of 1968, as amended, 42 U.S. C. section 4151 et seq,. Vendor also agrees to comply with applicable implementing Federal regulations, and any later amendments thereto, and agrees to follow applicable Federal implementing directives, except to the extent FTA approves otherwise in writing. Among those regulations implementing Section 505 and the ADA are DOT regulations, Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance, 49 CFR Part 27, and Transportation Services for individuals with Disabilities (ADA), 49 CFR Part 37, and Joint ATBCB/DOT regulations, Americans with Disabilities (ADA) Accessibility Specifications for Transportation Vehicles, 36 CFR Part 1192 and 49 CFR Part 38. (4) The Vendor 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. BUY AMERICA REQUIREMENTS The Vendor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, and any amendments thereto, which provide that Federal funds may not be obligated unless all 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, or except as provided in 49 C.F.R General waivers are listed in 49 C.F.R Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below). If steel, iron, or manufactured products (as defined in 43 CFR and 661.5) are being procured, the appropriate certificate as set forth below shall be completed and submitted by each bidder or offerer in accordance with the requirement contained in 43 CFR (b). Page 11 of 14

194 Certificate of Compliance with Buy America Requirements 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 C.F.R. Part 661. Date Signature Company Name Title Certificate of Non-Compliance with Buy American Requirements The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j ), but it may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2), as amended, and the applicable regulations in 49 C.F.R Date Signature Company Name Title If buses or other rolling stock (including train control, communication, and traction power equipment) are being procured, the appropriate certificate as set forth below shall be completed and submitted by each bidder in accordance with the requirement contained in 49 CFR (b). Certificate of Compliance with Buy America Rolling Stock Requirements. The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j) and the applicable regulations at 49 CFR Date Signature Company Name Title Page 12 of 14

195 Certificate of Non-Compliance with 49 U.S.C. 5323(j)(2)(C) Buy American Rolling Stock Requirements The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j), but may qualify for an exception to the requirement consistent with 49 U.S.C. 5323(j)(2) (C) and the applicable regulations in 49 CFR Date Signature Company Name Title SENSITIVE SECURITY INFORMATION Vendor must protect, and take measures to ensure that its subcontractors protect, sensitive security information made available during the administrator of the contract or subcontract to ensure compliance with 49 U.S.C. Section (b) and implementing DOT regulations, Protection of Sensitive Security Information, 49 CFR Part 15, and with 49 U.S.C. Section 114 ( r) and implementing Department of Homeland Security regulations, Protection of Sensitive Security Information, 49 CFR USE OF $1 COINS Vendor will comply with Section 104 of the Presidential $1 Coin Act of 2005, 31 U.S.C. 5112(p), which requires that FTA assisted property that (requires) the use of coins or currency in public transportation services or supporting service must be fully capable of accepting and dispensing $1 coins. INTELLIGENT TRANSPORTATION SYSTEMS Intelligent transportation system (ITS) property and services provided by Vendor must comply with the National ITS Architecture and Standards to the extent required by Section 5307(c) of SAFETEA-LU, FTA Notice, FTA Page 13 of 14

196 National ITS Architecture Policy on Transit Projects, 66 FR 1455 et. seq., January 8, 2001, and later published policies or implementing directives FTA may issue. 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 F, 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 Vendor shall not perform any act, fail to perform any act, or refuse to comply with any Florida Department of Transportation requests which would cause Florida Department of Transportation to be in violation of the FTA terms and conditions. Page 14 of 14

197 EXHIBIT G SOFTWARE CODE DEPOSIT AGREEMENT This Software Code Deposit Agreement (this "Agreement") made this day of, 2011 between the State of Florida, Department of Transportation, with a principal office at 719 South Woodland Boulevard, DeLand FL (the "Department"), and a corporation, with its principal office at ("Vendor"). RECITALS WHEREAS, Vendor and Department have entered enter into a Standard Written Agreement ( Sales Contract ) whereby Vendor will sell to Department Fare Collection System Equipment and other property described therein and such Sales Contract also requires Vendor to deposit with the Department certain source code and certain other portions of proprietary technology of Vendor; and WHEREAS, the availability of the source code and certain other portions of proprietary technology of Vendor is critical to Department in the conduct of its business and, therefore, Department needs access to the proprietary technology under certain limited circumstances; and WHEREAS, Vendor desires to have availability of the source code and certain other portions of Vendor s proprietary technology limited to occurring only under certain circumstances; and WHEREAS, Vendor and Department desire to establish an arrangement to provide for the retention, administration and controlled access of the source code and certain other portions of proprietary technology materials of Vendor by Department. NOW, THEREFORE, in consideration of the premises, promises, representations, understandings and the mutual covenants contained herein, the Department and the Vendor hereby agree as follows: ARTICLE 1 -- DEPOSITS Obligation to Make Deposit. Vendor shall deliver to Department the source code and certain portions of proprietary technology and other materials required to be deposited with Department by the Sales Contract (the Deposit Materials ) at the time and times stated in the Sales Contract. The Deposit Materials shall include: 1) Ticket Vending Machines (TVM) source code, 2) Ticket Validator Units (TVU) source code, 3) Handheld Ticket Validators (HHTV) source code, 4) Point of Sale Machines (POSM) source code, 5) Contactless Smart Cards source code, 6) Central Data Collection and Information Systems (CDCIS) Workstations source code, 7) Data Storage Computer (DSC) source code, and 8) electronic printed circuit boards, artwork, board layouts, bill of materials and schematics, data files, data file structure, data file mapping and crossreferencing, and data dictionary Identification of Tangible Media. Prior to the delivery of the Deposit Materials to Department, Vendor shall conspicuously label for identification each document, magnetic tape, disk, or other tangible media upon which the Deposit Materials are written or stored. Additionally, Vendor shall complete Appendix A to this Agreement by listing CFCRT Software Code Deposit Agreement Central Florida Fare Collection System Equipment Exhibit G, Page G-1

198 each such tangible media by the item label description, the type of media and the quantity. Appendix A shall be signed by Vendor and delivered to Department with the Deposit Materials. A copy of Appendix A is attached hereto and incorporated herein Deposit Inspection. When Department receives the Deposit Materials and the Appendix A, it will conduct a deposit inspection by visually matching the labeling of the tangible media containing the Deposit Materials to the item descriptions and quantity listed on the Appendix A. In addition, Department may elect to cause a verification of the Deposit Materials in accordance with Section 1.6 below at Vendor s expense. Vendor shall have the right to be present at the verification Acceptance of Deposit. At completion of the deposit inspection, if Department determines that the labeling of the tangible media matches the item descriptions and quantity on Appendix A, Department will date and sign Appendix A and mail a copy thereof to Vendor. If Department determines that the labeling does not match the item descriptions or quantity on Appendix A, Department will (a) note the discrepancies in writing on Appendix A ; (b) date and sign Appendix A with the exceptions noted; and (c) mail a copy of Appendix A to Vendor. Department s acceptance of the deposit occurs upon the signing of Appendix A by Department but shall not limit Department in any way from later asserting a failure by Vendor to make a deposit of any material required by the Sales Contract Vendor's Representations. Vendor represents as follows: (a.) (b.) (c.) (d.) (e.) Vendor lawfully possesses and will possess full right, title and interest to all of the Deposit Materials deposited with Department; With respect to all of the Deposit Materials, Vendor has the right and authority to grant to Department the rights as provided in this Agreement; The Deposit Materials are not and will not be subject to any lien or other encumbrance; The Deposit Materials consist of the proprietary technology and other materials identified in the Sales Contract; and The Deposit Materials are readable and useable in their current form or, if any portion of the Deposit Materials is encrypted, the decryption tools and decryption keys have also been deposited Verification. In a Verification, Department may evaluate the deposit to verify the deposit of: (a) Deposit Materials required and fully complying with the Sales Contract; and (b)(i) the hardware and software configurations reasonably necessary to maintain the Deposit Materials; (ii) the hardware and software configurations reasonably needed to compile the Deposit Materials; and (iii) the compilation instructions Deposit Updates. Vendor shall update the Deposit Materials within ten business (10) days of each release of a new version, patch, upgrade or alteration of the product which is subject to the Sales Contract. Such updates will be added to the existing deposit. All deposit updates shall be listed on a new Appendix A and the new Appendix A shall be signed by Vendor. The processing of all deposit updates shall be in accordance with CFCRT Software Code Deposit Agreement Central Florida Fare Collection System Equipment Exhibit G, Page G-2

199 Sections 1.2 through 1.6 above. All references in this Agreement to the Deposit Materials shall include the initial Deposit Materials and any such new versions, patches, updates or alterations Removal of Deposit Materials. The Deposit Materials may be removed and/or exchanged only as provided in this Agreement. ARTICLE 2 -- CONFIDENTIALITY AND RECORD KEEPING 2.1. Confidentiality. Department shall maintain the Deposit Materials in a secure, locked facility which is accessible only to authorized representatives of Department. Department shall have the obligation to use the same standard the Department uses to protect its own confidential information, but in no event, less than a reasonable standard of care, to protect the confidentiality of the Deposit Materials. Except as provided in this Agreement, Department shall not disclose, transfer, make available, or use or access the Deposit Materials. If Department receives a request for a public record pursuant to Chapter 119, Florida Statutes, or a subpoena or any other order from a court or other judicial tribunal pertaining to the disclosure or release of the Deposit Materials, Department will immediately notify Vendor unless prohibited by law. Department will not be required to fail to comply with Chapter 119, Florida Statutes, or disobey any order from a court or other judicial tribunal Confidential Information. However, Department will be under no obligation to maintain the confidentiality of Deposit Material, to the extent that the Deposit Material includes information that: (a) at the time of disclosure or thereafter becomes a part of the public domain through no act or omission by Department or their officers or employees; or (b) was at the time of disclosure already in Department s lawful possession without any obligations of confidentiality as evidenced by written records kept by Department in the ordinary course of business or by proof of actual use by Department; or (c) is subsequent to disclosure lawfully disclosed to Department by a third party who did not acquire the information under an obligation of confidentiality from or through Vendor. ARTICLE 3 -- GRANT OF RIGHTS TO DEPARTMENT 3.1. Title to Media. Vendor hereby transfers to Department the title to the media upon which the proprietary technology and materials are written or stored. However, this transfer does not include the ownership of the proprietary technology and materials contained on the media such as any copyright, trade secret, patent or other intellectual property rights Right to Make Copies and Derivative Works. Department shall have the right to make copies of and derivative works from the Deposit Materials as reasonably necessary to perform this Agreement. Department shall copy all copyright, nondisclosure, and other proprietary notices and titles contained on the Deposit Materials onto any copies or derivative works made by Department. With all Deposit Materials submitted to Department, Vendor shall provide any and all instructions as may be necessary to duplicate or incorporate the Deposit Materials, including but not limited to the hardware and/or software needed. CFCRT Software Code Deposit Agreement Central Florida Fare Collection System Equipment Exhibit G, Page G-3

200 ARTICLE 4 -- RELEASE OF DEPOSIT 4.1. Release Conditions. As used in this Agreement, "Release Conditions" shall mean the existence of any one or more of the following circumstances, uncorrected for more than ten (10) days: (a.) If the Vendor or its sub-supplier is no longer in business, or no longer supports the product and has not transferred the rights to the design to another entity that does support the product; 4.2. Filing for Release. If Department believes in good faith that a Release Condition has occurred, Department may provide to Vendor written notice of the occurrence of the Release Condition. Vendor shall have twenty (20) business days from its receipt of such notice to notify the Department of its agreement to the release or file an action for a Declaratory Judgment to have a court determine whether a Release Condition has occurred Release of Deposit. Upon the Vendor s agreement, the entry of a Declaratory Judgment ruling that a Release Condition has occurred, or the failure of Vendor to timely agree or file an action for a Declaratory Judgment as described in 4.2, Department is authorized to terminate the Deposit and take possession of the Deposit Materials. Right to Use Following Release. Upon release of the Deposit Materials in accordance with this Article 4, Department shall have the right to use the Deposit Materials for the sole purpose of continuing the benefits afforded to Department by the Sales Contract. Department shall be obligated to maintain the confidentiality of the released Deposit Materials subject to Section 2.1 and 2.2 of this Agreement and the right to make the Deposit Materials available to the Department s Vendors the sole and exclusive purpose of continuing the benefits provided under the Sales Contract. ARTICLE 5 -- TERM AND TERMINATION 5.1. Term of Agreement. This Agreement shall be effective during the period that the equipment for which Deposit Materials have been provided, remains in use Transfer of Escrow. Department reserves the right to terminate this Agreement, for any reason, by providing Vendor with 60-days' written notice of its intent to terminate this Agreement. Within the 60-day period, the Department shall identify and forward the Deposit Materials to any nationally recognized software escrow company, such escrow company services to be paid for by Department. Vendor and Department agree that promptly following such notice they shall negotiate a three party Technology Escrow Agreement in the standard form then published by such Company but containing the substantive provisions contained in Sections 1.5, 1.6, 1.7, 2.1, 2.2, 4.1, 4.4 and 5.4 and this Disposition of Deposit Materials Upon Termination. Subject to the foregoing termination provisions upon expiration of this Agreement, Department shall destroy, return, or otherwise deliver the Deposit Materials in accordance with instructions of Vendor. If there are no instructions, Department may, at its sole discretion, destroy the Deposit Materials or return them to Vendor. Department shall have no obligation to CFCRT Software Code Deposit Agreement Central Florida Fare Collection System Equipment Exhibit G, Page G-4

201 destroy or return the Deposit Materials if the Deposit Materials have been released to the Department in accordance with Article Survival of Terms Following Termination. Upon termination of this Agreement, the following provisions of this Agreement shall survive: (a.) Vendor's Representations (Section 1.5); (b.) (c.) (d.) (e.) The obligations of confidentiality with respect to the Deposit Materials including the provisions of Section 2.1 and 2.2; The rights granted in the sections entitled Right to Make Copies and Derivative Works(Section 3.2) and Right to Use Following Release (Section 4.4), if a release of the Deposit Materials has occurred prior to termination; The provisions of Article 6; and Any provisions in this Agreement which specifically state they survive the termination of this Agreement. ARTICLE 6 -- GENERAL PROVISIONS 6.1. Dispute Resolution. Any dispute relating to or arising from this Agreement shall be resolved by the dispute resolution process established in the Sales Contract Entire Agreement. This Agreement, which includes exhibits described and incorporated herein, embodies the entire understanding among the parties with respect to its subject matter and supersedes all previous communications, representations or understandings, either oral or written. Department s only obligations to Vendor are as set forth in this Agreement. No amendment or modification of this Agreement shall be valid or binding unless signed by the parties hereto Notices. All notices, invoices, payments, deposits and other documents and communications shall be given to the parties at the addresses specified in the Sales Contract. It shall be the responsibility of the parties to notify each other as provided in this Section in the event of a change of address. The parties shall have the right to rely on the last known address of the other parties. Unless otherwise provided in this Agreement, all documents and communications may be delivered by First Class mail Severability. In the event any provision of this Agreement is found to be invalid, voidable or unenforceable, the parties agree that unless it materially affects the entire intent and purpose of this Agreement, such invalidity, voidability or unenforceability shall affect neither the validity of this Agreement nor the remaining provisions herein, and the provision in question shall be deemed to be replaced with a valid and enforceable provision most closely reflecting the intent and purpose of the original provision Successors and Assignment. This Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties. The Department may assign this Agreement with prior written consent of the Vendor; provided, however, that no consent CFCRT Software Code Deposit Agreement Central Florida Fare Collection System Equipment Exhibit G, Page G-5

202 is required in order for the Department to assign this Agreement to the Central Florida Commuter Rail Commission or such other governmental entity established to take over SunRail after expiration of the Department s period of operation Controlling Law. This Agreement is to be governed and construed in accordance with the laws of Florida, without regard to its conflict of law provisions. The parties consent to the jurisdiction of the appropriate state court Time is of the essence in the performance under this Agreement. IN WITNESS WHEREOF, the Parties have executed this Agreement the day and year first above written. By: Name: Title: By: Name: Title: Date: Date: Legal Review District Chief Counsel CFCRT Software Code Deposit Agreement Central Florida Fare Collection System Equipment Exhibit G, Page G-6

203 APPENDIX A DESCRIPTION OF DEPOSIT MATERIALS Vendor Company Name:. Contract Number: Product Name: Version: DEPOSIT MATERIAL DESCRIPTION: Quantity Media Type & Size Label Description of Each Separate Item Disk 3.5" or DAT tape mm CD-ROM Data cartridge tape TK 70 or tape Magnetic tape Documentation Other PRODUCT DESCRIPTION: Environment: DEPOSIT MATERIAL INFORMATION: Is the media or are any of the files encrypted? Yes / No If yes, please include any passwords and the decryption tools. Encryption tool name Version: Hardware required: Software required: Other required information: I certify for Vendor that the above described Deposit Materials have been transmitted to Department: Signature: Print Name: Date: CFCRT Software Code Deposit Agreement Central Florida Fare Collection System Equipment Exhibit G, Page G-7

204 CENTRAL FLORIDA FARE COLLECTION SYSTEM EQUIPMENT RFP-DOT TVM Procurement Document Index Attachment 1, Central Florida Regional Transportation Authority, d/b/a Lynx, Contract Documents i

205 CENTRAL FLORIDA FARE COLLECTION SYSTEM EQUIPMENT RFP-DOT TVM Central Florida Regional Transportation Authority, d/b/a Lynx Contract Document Index 1. Contract Document Index Page i 2. Lynx Contract Document Pages 1 through Exhibit 1, Scope of Services Exhibit 1 Page-1 Exhibit 1, Attachment A Pages 1 through Exhibit 2, Pricing Schedule, Milestone Exhibit 2, Pages 1 through 4 Payout Schedule and Deployment Summary Project Plan 5. Exhibit 3, Lynx DBE requirements (DBE Addendum) Exhibit 3, Pages 1through 2 6. Exhibit C, Price Proposal and Forms, Exhibit C, RFP Pages 2 through 7 7. Exhibit D, Fare Collection System Requirements Pages 1, through Exhibit 4, Lynx General Provisions Exhibit 4, Pages 1through Exhibit F, Federal Transportation Administration (FTA) Terms and Conditions, Exhibit F, Pages 1 through Exhibit G, Software Code Deposit Agreement Exhibit G, Pages 1 through i

206 CENTRAL FLORIDA FARE COLLECTION SYSTEM EQUIPMENT RFP-DOT TVM Central Florida Regional Transportation Authority, d/b/a Lynx Contract Document Index 1. Contract Document Index Page i 2. Lynx Contract Document Pages 1 through Exhibit 1, Scope of Services Exhibit 1 Page-1 4. Exhibit 2, Pricing Schedule, Milestone Exhibit 2, Pages 1 through 4 Payout Schedule and Deployment Summary Project Plan 5. Exhibit 3, Lynx DBE requirements (DBE Addendum) Exhibit 3, Pages 1through 2 6. Exhibit C, Price Proposal and Forms, Exhibit C, Pages 2 through 7 7. Exhibit D, Fare Collection System Requirements Pages 1, through Exhibit 4, Lynx General Provisions Exhibit 4, Pages 1through Exhibit F, Federal Transportation Administration (FTA) Terms and Conditions, Exhibit F, Pages 1 through Exhibit G, Software Code Deposit Agreement Exhibit G, Pages 1 through 8 i

207 CENTRAL FLORIDA REGIONAL TRANSPORTATION AUTHORITY CONTRACT No: For CENTRAL FLORIDA FARE COLLECTION EQUIPMENT THIS AGREEMENT (hereinafter, the Contract ) is made as of the day of 201 (the Effective Date ) by and between: THE CENTRAL FLORIDA REGIONAL TRANSPORTATION AUTHORITY d/b/a LYNX (hereinafter referred to as LYNX ), a body politic and corporate, created by Part II, Chapter 343, Florida Statutes, whose address is 455 North Garland Avenue, Suite 500, Orlando, Florida 32801; and a (hereinafter referred to as the Contractor ), with its principal place of business located at,, 32 and a Federal Employer Identification Number of. W I T N E S S E T H: WHEREAS, LYNX was created by the above-stated charter to perform functions necessary for the achievement of an integrated, efficient and well-balanced public transportation system, and to take all steps and actions necessary or convenient for the conduct of its business; and WHEREAS, LYNX desires to obtain goods and/or services (collectively, the Services ), according to the requirements in RFP-DOT TVM (hereinafter referred to as the Solicitation ) and as further described herein; and WHEREAS, the Contractor has submitted a proposal or response in connection with the Solicitation, which has been selected by LYNX (hereinafter referred to as the Response ); and 1

208 WHEREAS, the Contractor warrants to LYNX that it is qualified and duly licensed to furnish the Services in Florida and meet the obligations set forth in the Solicitation, the Response, and the documents detailing the scope of services attached hereto as LYNX Contract Exhibit `1 and incorporated herein by this reference (the Scope of Services ), and as hereinafter stated; and WHEREAS, the Contractor warrants that the representations made by it in its Response to the Solicitation remain valid, accurate and binding upon it; and WHEREAS, the Contractor desires to render the Services and meet the obligations set forth in the Solicitation, the Response, and the Scope of Services and upon the terms and conditions set forth in the Contract Documents, as defined herein. NOW, THEREFORE, in consideration of the premises herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto hereby agree as follows: 1. RECITALS. The Recitals set forth above are incorporated herein by this reference. 2. DEFINITIONS. Terms not defined herein shall have the meanings as set forth in the Contract Documents in the order of precedence set forth in Section 3 hereof. Terms not defined in the Contract Documents shall have the meanings ascribed to such terms in applicable state, local or federal regulations, including but not limited to LYNX s Administrative Rules as the same may be amended and restated from time to time and which are available at (the Administrative Rules ). If there is a conflict between any defined terms, the reasonable interpretation of said term by LYNX shall govern. 3. CONTRACT DOCUMENTS. For the purposes of this Contract, the following documents are collectively referred to herein as the Contract Documents : (a) This Contract together with all Exhibits hereto; (i) 1 through 4 and B, C, D, F and G. (b) The LYNX General Provisions Document, as set forth in the Solicitation (the General Provisions ) and attached hereto as LYNX Contract Exhibit 4.; (c) (d) The Solicitation; and The Response. The terms of the Contract Documents are incorporated herein by this reference. In the event of conflict between the terms of the Contract Documents, the order of precedence is as set forth above (thus, if there is a conflict between the terms of the Solicitation and the terms of the Response, the terms of the Solicitation shall govern). In addition, to the extent any of the terms of the Response conflict or in the reasonable opinion of LYNX are not relevant to the remaining 2

209 Contract Documents, then, in that event, the provisions contained in the Response will not be applicable nor a part of the Contract Documents. Contract Documents shall further include any later amendments or change orders. 4. FURNISHING OF SERVICES. In regard to the Services to be furnished by the Contractor: (a) Furnishing of Services. The Contractor shall furnish to LYNX the Services in compliance with Exhibit 2 as well as the other Contract Documents. 5. NOT TO EXCEED AMOUNT. The Contractor shall not provide Services of an amount that would be greater than the Maximum Number of Equipment Items (as defined below). The Contractor shall also not be required to provide Services in excess of said amount, except as otherwise provided in the Contract Documents. 6. TERM. (a) Initial Term. Subject to the further provisions set forth in this Section 6, the term of this Contract shall be for a period of commencing on the Effective Date and ending. (b) Termination. LYNX shall have the right to terminate this Contract at any time, in accordance with the provisions of Section 12 below. 7. PAYMENT. (a) Payment. LYNX agrees to pay the Contractor for the Services the amount provided in the Pricing Schedule attached hereto as LYNX Contract Exhibit 2 and incorporated herein by this reference. (b) Maximum Contract Amount. In any event, the total amount to be paid by LYNX pursuant to this Contract for the Services shall not exceed the Not to Exceed Amount without the further written agreement of LYNX. (c) Procedure for Invoicing. Invoicing for Services must be rendered in accordance with LYNX policies and procedures on a monthly basis, or as otherwise provided in the Contract Documents. The invoice must be sent to Central Florida Regional Transportation Authority, Accounts Payable, 455 North Garland Avenue, Orlando, Florida 32801, or such other address as may be specified by LYNX from time to time. (d) Time of Payment by LYNX. Subject to the terms and conditions provided herein, LYNX will pay undisputed invoices within thirty (30) days after receipt and approval by LYNX of the Contractor s invoice. 3

210 (e) Additional Information. LYNX may request additional documentation from the Contractor prior to payment of any invoice or bill from the Contractor. LYNX may disallow and deduct any cost for which proper documentation is not provided. (f) Receipt of Payment by Contractor as Waiver Against LYNX. The acceptance by the Contractor, its successors, or assigns, of any progress or final payment due pursuant to this Contract, shall constitute a full and complete release of LYNX from any and all claims, demands, or causes of action whatsoever that the Contractor, its successors, or assigns may have against LYNX or in connection with the Services performed hereunder, through the date that the Services are rendered and for which such payment is made. (g) Subcontractors. In the event the Contractor is utilizing any subcontractors for the furnishing of Services (which would only be as permitted in the Contract Documents), then, upon request by LYNX, the Contractor shall further provide to LYNX copies of billings and other invoices which may be received from any such subcontractors and, in addition, the Contractor will obtain releases from time to time in favor of LYNX from any subcontractor(s) for work so performed by that subcontractor. LYNX shall have the right from time to time to directly contact and discuss with the subcontractor any work performed by that subcontractor under the Contract Documents, but LYNX will not have any liability or obligation to said Subcontract to said subcontractor(s). (h) Withholding 5% in the Event of Default. If the Contractor defaults in the performance of any of its obligations under this Contract, LYNX may withhold five percent (5%) of any amounts then owed or that become owed to the Contractor under this Contract (in addition to any retainage); provided, however, that this withholding option may only be exercised by LYNX after providing the Contractor with ten (10) days written notice of the Contractor s default and the Contractor has failed to cure such default within said ten (10) days. Any amounts withheld pursuant to this Section will be paid by LYNX to the Contractor within a reasonable time following the date that the Contractor s default has been cured. In the event that the Contractor fails to cure its default prior to the termination or expiration of this Contract, LYNX shall not be obligated to pay the Contractor the withheld amount and LYNX may keep said amount. The withholding option set forth in this Section shall be in addition to any damages and remedies available to LYNX as set forth elsewhere in this Contract or which are otherwise available to LYNX under applicable law. The exercise by LYNX of the withholding option set forth in this Section shall in no way constitute a waiver of LYNX s ability to seek or exercise any other damages or remedies available under this Contract, the other Contract Documents or otherwise available to it at law or in equity. 4

211 8. CONTRACTOR S OBLIGATIONS. (a) Furnishing of Materials and Labor. The Contractor shall, for the consideration set forth herein, and at its sole cost and expense, as an independent contractor, provide all labor, materials, equipment, tools, supplies and incidentals necessary to perform this Contract in the manner and to the full extent as set forth in the Contract Documents. (b) Standard of Care. The Contractor shall furnish, provide or fulfill its obligations under this Contract in a professional manner to the reasonable satisfaction of the duly authorized representatives of LYNX, who shall have, at all times, full opportunity to monitor the services performed under this Contract. The Contractor s performance shall be considered acceptable when: (i) The Contractor s performance has been inspected and approved by LYNX and, if applicable, all punchlist items have been properly corrected to LYNX s satisfaction; and (ii) The Contractor has delivered to LYNX the Contractor s final affidavit in form acceptable to LYNX (which would incorporate a full and general release to LYNX), if any, as well as a final affidavit and release from any subcontractor; and (iii) all the other duties and obligations to be performed by the Contractor under the Contract Documents have been satisfactorily met or performed, including the delivery to LYNX of any materials or documentation relating to the Services, including any warranty materials. (c) Compliance with Applicable Requirements. The Contractor shall conform to all applicable governmental requirements and regulations, whether or not such requirements and regulations are specifically set forth in the Contract Documents. The Contractor in this regard understands that LYNX is a public agency which receives both federal and state funding and, if applicable, the Contract Documents and the performance by the Contractor shall be subject to any applicable rules and regulations promulgated by the Federal Transit Administration (FTA) and/or the Florida Department of Transportation (FDOT). (d) Payment of Taxes and Fees. The Contractor shall pay license fees and all sales, consumer, use and other similar taxes relating to the Contract, and the matters to be performed thereunder. LYNX is exempt from payment of Florida sales and use taxes. LYNX will sign an exemption certificate submitted by the Contractor. The Contractor shall not be exempted from paying sales tax to its suppliers for materials used to fulfill contractual obligations with LYNX, nor is the Contractor authorized to use LYNX s tax exemption number in securing such materials. LYNX reserves the right to direct buy any materials to be furnished by the Contractor under the Contract Documents and, if LYNX so submits, then 5

212 the parties will enter into an appropriate agreement reflecting said direct purchase, the effect of which will be for LYNX to directly purchase those materials, for the contract amount to be reduced by the amount of the purchase price paid by LYNX for said materials, for those materials to be physically acquired and/or delivered to the Contractor, who will install them or deliver them as provided in the Contract Documents, with full warranties regarding those materials as if those materials were purchased from the Contractor. Any bonds furnished by the Contractor will apply to those materials. (e) FICA. The Contractor shall be responsible for payment of its employee(s) Federal Insurance Contributions Act benefits with respect to this Contract. (f) Permits and Approvals. Unless otherwise expressly set forth in the Contract Documents, the Contractor shall be responsible to secure, at the Contractor s expense, all necessary permits and approvals. The Contractor shall promptly furnish copies of all such permits and approvals to LYNX as and when obtained. (g) Tests and Inspections. The Contractor shall be responsible to coordinate all tests and inspections necessary for the proper execution and timely completion of this Contract. (h) Indemnification. The Contractor understands that in performing the Services hereunder it will be responsible for the consequences of its own actions. Therefore, the Contractor agrees that it will indemnify, defend and hold harmless LYNX as well as LYNX s officers, directors, employees, agents and representatives and each of the heirs, executors, successors and assigns of each of the foregoing from, against and in respect of all claims, liabilities, obligations, losses, costs, expenses, penalties, fines and judgments (at equity or at law) and damages whenever arising or accruing (including, without limitation, amounts paid in settlement, costs of investigation and reasonable attorneys fees and expenses) arising out of or related to the Contractor s performance of the Services hereunder, including, without limitation, any acts or omissions with respect thereto. (i) Insurance. During the term of this Contract (as well as during all option terms), the Contractor shall procure and maintain, at its sole expense, commercial general liability insurance with a financially responsible insurance carrier in an amount reasonably acceptable to LYNX and, at the request of LYNX, the Contractor shall name LYNX as an additional insured. The requirements set forth in the previous sentence shall be in addition to any other requirement that the Contractor maintain a specified level of insurance as otherwise set forth in the Contract Documents. The Contractor shall provide LYNX with a copy of insurance certificate(s) demonstrating the satisfaction of the requirements set forth herein or as otherwise set forth in the Contract Documents, as and when requested by LYNX. 6

213 (j) Environmental Principles. To the extent practicable, the Contractor shall assist LYNX in achieving the principles set forth in the LYNX Environmental Policy, a copy of which is available at (k) Public Funding/Additional Terms or Conditions. In the event that LYNX obtains funding, in whole or in part, from a public entity (e.g., Federal Transit Administration, Florida Department of Transportation, Department of Homeland Security, etc.) for the Services, there may be additional conditions imposed by said funding agency, including for example, a requirement that the Contractor comply with any rules and regulations promulgated by that funding agency. LYNX has attempted to identify in the RFP and the Contract the source of funding available to LYNX as well as any requirements of any such funding agency, but, in any event, the Contractor will be required to comply with any requirements imposed by the funding agency. The Contractor specifically agrees to so comply with said requirements, without any adjustments or increase in the amount to be paid to the Contractor, provided, however, if said requirement is not contained in the RFP or the Contract and said requirement is both material and would impose on the Contractor a material burden, then the Contractor would be entitled to submit to LYNX a change order for any additional cost of compliance by the Contractor. (l) Additional Information. The Contractor, at the request of LYNX, shall further provide to LYNX such other information as LYNX may reasonably request from time to time. Further, the Contractor shall at LYNX s request meet and have its employees and representatives meet with LYNX from time to time, regarding any of the Services to be rendered under the Contract. 9. NO DISCRIMINATION/DBE REQUIREMENTS. (a) No Discrimination. Neither the Contractor nor any of its subcontractors shall 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 LYNX deems appropriate. (b) DBE Requirements. In the event that a Disadvantaged Business Enterprise ( DBE ) goal has been established by the Solicitation, the Contractor covenants and agrees to comply with the requirements set forth in LYNX Contract Exhibit 3 attached hereto and incorporated herein by this reference (the DBE Addendum ). In the event that the Contractor is in breach of the DBE Addendum, in addition to any other damages and remedies available to LYNX in accordance with applicable law, the Contracting Officer (as hereinafter defined) may issue a termination for default proceeding pursuant to Section 12 hereof. 7

214 10. PUBLIC RECORDS. LYNX is an agency of the State and is subject to Florida s Public Records Act, Chapter 119, Florida Statutes (the Public Records Act ). It is possible that the Contractor, as a result of the Contract, may also be subject to the Public Records Act and, if so, the Contractor will promptly respond in accordance with said statute to any and all third party requests for public records, as that term is defined in the Public Records Act. In regard to any such request, the Contractor will promptly notify LYNX. LYNX s determination as to the necessity of such response shall be presumptively correct. 11. LYNX PROPRIETARY INFORMATION. The Contractor may, by virtue of this Contract, come into possession of certain non-publicly available information relating to LYNX, which information may or may not be proprietary to LYNX (the Information ). In any event, the Contractor agrees that any such Information is solely for the purpose of enabling the Contractor to fulfill its duties and obligations under this Contract, and the Contractor may not use any such Information for any other purpose whatsoever without the express, written permission of LYNX. By way of illustration and not limitation, any such Information may not be used by the Contractor in submitting a Request for Proposal for any other purpose, whether to LYNX or to any other third party. Upon the expiration or termination of the Contract, the Contractor will return to LYNX any proprietary Information and will not, without LYNX s prior written approval, keep or maintain any copies or transcripts thereof. 12. TERMINATION. (a) Default by Contractor. LYNX may, in it sole and absolute discretion, by written notice of default to the Contractor, terminate all or any part of this Contract if (i) the Contractor fails to perform the Services described herein, within the time specified herein or any extension hereof; or (ii) if the Contractor fails to satisfy 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 ten (10) days (or such longer period as LYNX may in its sole discretion authorize in a writing signed by the LYNX Procurement/Contracts Manager) after receipt of notice from LYNX specifying such failure. In the event that LYNX elects to waive its remedies for any breach by the Contractor of any covenant, term or condition of this Contract, such waiver by LYNX shall not limit LYNX s remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. (b) Termination by LYNX for Convenience. This Contract may be terminated by LYNX in its absolute discretion, in whole or in part, whenever LYNX shall determine that such termination is in its best interest. Any such termination shall be effected by delivery of a notice of termination by LYNX to the Contractor, signed by the LYNX Procurement/Contracts Manager, specifying the extent to which performance of work under the Contract is terminated, and the date upon which such termination becomes effective. The Contractor shall be paid its costs, including contract closeout costs, and profit on Services performed by the Contractor up to the effective date of Contract termination. The Contractor shall promptly submit its claim for final payment to LYNX. Settlement of claims 8

215 by the Contractor under this Section 12(b) shall be in accordance with the provisions set forth in Part 49 of Title 48 - Federal Acquisition Regulations (48 C.F.R. 49), except that wherever the word Government appears it shall be deleted and the word LYNX shall be substituted in lieu thereof. (c) Default by LYNX. In the event LYNX is in default under this Contract, the Contractor shall first provide written notice to LYNX of said condition alleged by the Contractor to be a default, and LYNX shall have a reasonable period of time, not to exceed 60 days, within which to cure said default. During said period, the Contractor shall continue to provide the services to LYNX. In the event LYNX continues to be in default under this Contract upon the expiration of the time period set forth above for curing its default, this Contract may be terminated by the Contractor upon providing a notice of termination to LYNX. (d) Remedies for Default by Contractor. If this Contract is terminated by LYNX for default by the Contractor, LYNX shall, except as otherwise expressly set forth in the Contract Documents, retain any and all remedies available for it against the Contractor, including the remedy set forth in Section 7(h), all of which remedies shall be cumulative. By way of illustration and not limitation, LYNX may proceed to obtain the remaining Services from another third party and thereby recover from the Contractor any excess costs incurred by LYNX in so doing. 13. DISPUTE RESOLUTION. If there is any controversy or claim arising out of or relating to this Contract, or the breach thereof (collectively, a Legal Dispute ), the parties agree that LYNX shall have the sole and exclusive discretion to elect which of the means set forth below that LYNX and the Contractor shall use to settle the Legal Dispute. At the sole discretion and option of LYNX in accordance with LYNX Administrative Rule 6, the parties shall attempt to resolve any Legal Dispute by one or more of the following means (with the exception that (c) and (d) below are mutually exclusive) and abide by the provisions thereto: (a) Informal Meeting Between the Parties. If LYNX decides that the parties should initially attempt to resolve the Legal Dispute informally, then the parties agree to a meeting between the LYNX CEO and the Contractor s CEO (or other such officer with equivalent binding authority) whereby both parties try in good faith to settle the dispute and reach an agreement. (b) Mediation. If LYNX decides that the parties should attempt to resolve the Legal Dispute by mediation, then the parties agree to try in good faith to settle the dispute by mediation which shall follow the practices and procedures as set forth by the Circuit Court of Orange County Florida, subject to the Florida Rules of Appellate Procedure and conducted by a Florida Supreme Court Certified Mediator before resorting to arbitration or judicial action. Any such mediation shall be held in Orange County, Florida. 9

216 (c) Arbitration. If LYNX decides that a Legal Dispute should be resolved by arbitration, then arbitration shall be administered by the American Arbitration Association in accordance with its Commercial Arbitration rules, and judgment on the award rendered by the arbitrator may be entered in any court having jurisdiction thereof. Any such arbitration shall be held in Orange County, Florida. (d) Court of Law. If LYNX decides that a Legal Dispute should be resolved in a court of law, then any action, suit or proceeding arising in conjunction with the Legal Dispute shall be brought exclusively in the Ninth Judicial Circuit of the State of Florida or the United States District Court for the Middle District of Florida, Orlando Division. Nothing in this Section 13 shall in any way limit the right of LYNX to terminate this Contract under Section 12 hereof. 14. NOTICES. All notices shall be made to the addresses listed in the preamble to this Contract, unless otherwise provided below: (a) The Contractor s primary point of contact for daily operations of the Services pursuant to this Contract is: ; ; Telephone: ; Facsimile:. (b) The Contractor s primary point of contact for legal notice and authority to modify or act under this Contract is: ; ; Telephone: ; Facsimile:. (c) The Contractor may appoint other individuals upon written notice to, and approval by, LYNX. The Contractor shall provide written notice to LYNX promptly with respect to any changes to the aforesaid contact information. (d) As of the date hereof, LYNX designates Blanche Sherman (the Project Manager ) with respect to the Contractor s performance of this Contract, and who will also serve as the primary point of contact for operational issues. LYNX may change such designation upon written notice to the Contractor. (e) As of the date hereof, LYNX designates Allyson Briggs (the Contracts Administrator ) as the primary point of contact for issues pertaining to contractual changes, modifications and overall Contractor performance. LYNX may change such designation upon written notice to the Contractor. (f) The Project Manager, Contracts Administrator, and all other officers, employees, executives, agents and representatives of LYNX have only such authority to act on behalf of and bind LYNX to the extent granted to such individuals by the LYNX Governing Board, and no apparent authority of any such individuals shall be binding upon LYNX. No individual shall have the authority 10

217 to act pursuant to this Contract or to modify or amend this Contract except in accordance with the LYNX Administrative Rules and such other policies and procedures that may be adopted by LYNX pursuant thereto. No such action, modification or amendment shall be valid or binding upon LYNX, if the authorizing representative of LYNX has exceeded the authority actually granted to such individual by the LYNX Governing Board. 15. MISCELLANEOUS. (a) Governing Law. The parties mutually acknowledge and agree that this Contract shall be construed in accordance with the laws of the State of Florida, without regard to the internal law of Florida regarding conflicts of law. (b) Attorney Fees. If any legal action or other proceeding is brought for the enforcement of this Contract, or because of an alleged dispute, breach, default, claim, or misrepresentation arising out of or in connection with any of the provisions of this Contract, the prevailing party or parties shall be entitled to recover its or their reasonable attorneys fees (including paralegals fees), court costs, expenses, and costs of experts and investigation, whether at trial, upon appeal, or during investigation by such prevailing party or parties in prosecuting or defending such legal action or other proceeding. (c) Waiver Of Jury Trial. EACH PARTY HEREBY AGREES NOT TO ELECT A TRIAL BY JURY OF ANY ISSUE TRIABLE OF RIGHT BY JURY, AND WAIVES ANY RIGHT TO TRIAL BY JURY FULLY TO THE EXTENT THAT ANY SUCH RIGHT SHALL NOW OR HEREAFTER EXIST WITH REGARD TO THE CONTRACT DOCUMENTS, OR ANY CLAIM, COUNTERCLAIM OR OTHER ACTION ARISING IN CONNECTION THEREWITH. THIS WAIVER OF RIGHT TO TRIAL BY JURY IS GIVEN KNOWINGLY AND VOLUNTARILY BY EACH PARTY, AND IS INTENDED TO ENCOMPASS INDIVIDUALLY EACH INSTANCE AND EACH ISSUE AS TO WHICH THE RIGHT TO A TRIAL BY JURY WOULD OTHERWISE ACCRUE. (d) Assignment by Contractor. LYNX has selected the Contractor to render the Services based in substantial part on the personal qualifications of the Contractor; as such, the Contractor may not assign or transfer any right or obligation of this Contract in whole or in part, without the prior written consent of LYNX, which consent may be granted or withheld in the sole discretion of LYNX. Any direct or indirect change in the ownership (legal or equitable) of a controlling and/or a majority interest of the Contractor, whether such change in ownership occurs at one time or as a result of sequential incremental changes, and whether said change is by sale, assignment, hypothecation, bequest, inheritance, operation of law, merger, consolidation, reorganization or otherwise, shall be deemed an assignment of this Contract subject to the consent of LYNX. The Contractor may utilize subcontractors as otherwise permitted and provided in the 11

218 Contract Documents. Any assignment or transfer of any obligation under this Contract without the prior written consent of LYNX shall be void, ab initio, and shall not release the Contractor from any liability or obligation under the Contract, or cause any such liability or obligation to be reduced to a secondary liability or obligation. (e) Assignability by LYNX. Assignability of rights to others for purchases under this contract may be unilaterally assigned by LYNX. Any assignee under this contract will act solely as a Procuring Agency and only as specifically authorized by LYNX. An executed copy of the Assignability will be forwarded to the contractor authorizing the purchase under the terms and conditions on this contract. (f) Captions and Headings. The captions and headings provided herein are for convenience of reference only and are not intended to be used in construing the terms and provisions hereof. (g) Number And Gender. Whenever herein the singular or plural is used the same shall include the other where appropriate. Words of any gender shall include other genders when the context so permits. (h) Multiple Counterparts. This Contract may be executed in a number of identical counterparts each of which is an original and all of which constitute collectively one agreement. In making proof of this Contract in any legal action, it shall not be necessary to produce or account for more than one such counterpart. (i) Survival. Should any provision of this Contract be determined to be illegal or in conflict with any law of the State of Florida, the validity of the remaining provisions shall not be impaired. (j) No Third-Party Beneficiary. It is specifically agreed that this Contract is not intended by any of the provisions of any part of this Contract to establish in favor of any other party, the public or any member thereof, the rights of a third-party beneficiary hereunder, or to create or authorize any private right of action by any person or entity not a signatory to this Contract to enforce this Contract or any rights or liabilities arising out of the terms of this Contract. 16. AMENDMENT OF CONTRACT. This Contract may not be modified or amended without the prior written consent of the party to be charged by said amendment or modification. This provision may not itself be changed orally. The Contractor specifically is aware and understands that any material or substantial change to this Contract may require approval of LYNX s Governing Board for any such change to be valid. 17. LYNX APPROVAL. This Contract shall be effective upon its approval by the LYNX Governing Board. 12

219 18. ENTIRE CONTRACT. This Contract, including the Contract Documents referenced above, together with any Exhibits or attachments hereto constitutes the entire agreement between the parties. [SIGNATURE PAGE FOLLOWS] 13

220 IN WITNESS WHEREOF, the authorized signatories named below have executed this Contract on behalf of the parties as of the Effective Date. CONTRACTOR LYNX CENTRAL FLORIDA REGIONAL TRANSPORTATION AUTHORITY By: Date: Name: Title: By: Date: Name: John M. Lewis, Jr. Title: Chief Executive Office Approved as to Form: This Contract is approved as to form only for execution by LYNX, and this approval is not to be relied upon by any other person or for any other purpose. AKERMAN SENTERFITT By: Name: Patrick T. Christiansen Title: Shareholder Date: 14

221 LYNX Contract Exhibit 1 SCOPE OF SERVICES Exhibit A Scope of Services of RFP number: RFP-DOT TVM is hereby incorporated herein with the following exceptions: A. LYNX shall issue a written Notice to Proceed (NTP) for that portion of the services to be provided to LYNX. The NTP will contain a commencement date and a date for LYNX system completion. B. LYNX Fare Collection System base item equipment as listed in Exhibit 2 shall be delivered, tested and operational no later than May 15, C. In the event the Vendor fails to have all equipment fully functional for fare collection by May 15, 2013, the Vendor shall pay Liquidated Damages to LYNX in the amount of Three Thousand Dollars ($3,000) per day. D. The Contract Deliverables (CDRL) list attached as Exhibit 1 Attachment A is incorporated herein by reference. E. The Contractor shall provide written documentation of good faith efforts in obtaining DBE qualified sub-contractors to perform portions of the work on this project.. F. Exhibit D is included in this contract with the following exceptions: State Platform Validator, Handheld Ticket Validator, and Operations and Maintenance Support. Exhibit-1, Page 1

222 LYNX Exhibit 1 Attachment A Contract Data Requirements Lists (CDRLs) The Contract Deliverables Requirements List (CDRL) is the basic contractual documentation which governs data required by and for the contract. The CDRL provides guidance to the selected vendor in the preparation and delivery of data and deliverables to meet each Regional Partner s (FDOT/LYNX/VOTRAN) specific approval and acceptance criteria. All contract deliverables shall be provided electronically and in a software format appropriate to the document (word processing, scheduling, project etc.) as approved by the Regional Partners (FDOT/LYNX/VOTRAN). The Regional Partners own all deliverables. The selected vendor will be expected to provide each CDRL as a pre-requisite to all the design phases. The regional Partners (FDOT/LYNX/VOTRAN) will approve each CDRL and the requirements as well as the specifications contained within. After the CDRL approval process, the vendor will then continue with the design of the solution(s). The following table lists the required CDRLs. Additional details on each CDRL is provided following the table listing. Table 1 CDRL requirements CDRL No. CDRL NAME Description Management Documentation CDRL 1 1 Implementation Plan CDRL 1 1 details the core processes and facilities required for the implementation of the SmartCard System. CDRL 1 2 Project Schedule CDRL 1 2 details the activity sequences, activity durations, and resource requirements for the implementation of the SmartCard System. CDRL 1 3 CDRL 1 4 Software Quality Assurance Plan Hardware Quality Assurance Plan CDRL1 3 details all the planned and systematic activities implemented within the Software, and demonstrated as needed, to provide adequate confidence for the implementation of the SmartCard System. CDRL 1 4 details all the planned and systematic activities implemented within the Hardware, and demonstrated as needed, to provide adequate confidence for the implementation of the Exhibit 1 Page 1

223 SmartCard System. CDRL 1 5 Contingency Plan CDRL 1 5 details the action plans should any of the major deliverable areas of the Contract not be delivered as originally scheduled. CDRL 1 6 Transition Plan CDRL 1 6 details the migration activities for the transition to move from the SmartCard System to the Open Payment System. Design Documentation CDRL 2 1 CDRL 2 2 Government Requirements and Industry Standards Plan SmartCard System PCI DSS Compliance Plan CDRL 2 1 identifies all local, state, or national codes, ordinances, statutes, standards, and federal rules and regulations applicable to the Implementation of the Smartcard System. CDRL 2 2 details the steps and policies to comply with relevant laws and regulations for the SmartCard System to be in compliance with all PCI DSS Standards. CDRL 2 3 Existing System PCI DSS Compliance Plan CDRL 2 3 details the steps and policies to comply with relevant laws and regulations for the SmartCard System to existing FDOT/LYNX/VOTRAN systems/networks/processes which are impacted by the implementation of the Smartcard System that are not PCI Compliant. CDRL 2 4 CDRL 2 5 SmartCard System PA DSS Compliance Plan SmartCard System Additional PCI Standards, Information Supplements and Guidelines Plan CDRL 2 4 details the steps and policies to comply with relevant laws and regulations for the SmartCard System to be in compliance with all PA DSS Standards CDRL 2 5 details additional applicable PCI standards, information supplements and guidelines. Exhibit 1 Page 2

224 CDRL 2 6 System Software Security Plan CDRL 2 6 details the security requirements of the SmartCard System and describes the controls in place to meet those requirements. CDRL 2 7 Network Infrastructure Plan CDRL 2 7 details the specific networking infrastructure for the various site locations for a given regional partner by providing the facts of a given site, such as: Point of contact information Physical characteristics (room size, climate control, power) Site inventory (cables, rack space) Bill of materials Diagrams/illustrations CDRL 2 8 Network Management Plan CDRL 2 8 details the SmartCard System elements that will be managed along with network management strategy, activities, deployment, startup, and operating procedures such as: System monitoring and recovery System redundancy, backup, and archiving CDRL 2 9 CDRL 2 10 Network Communication Plan Disaster Recovery Plan CDRL 2 9 details all data communications, whether wired or nonwired (wireless), between all SmartCard System devices as a part of the fixed or mobile infrastructure. CDRL 2 10 details the continuity of the critical business functions and core processes that are required to ensure the ongoing operations when normal operations are interrupted or degraded by adverse events. This Disaster Recovery Plan shall addresses the following functions: Exhibit 1 Page 3

225 Providing a detailed architectural overview of the backup, recovery, and disaster recovery systems. Providing a data backup system and architecture for the backup and recovery of the Central Data Collection and Information System (CDCIS). Recovering and transferring of data files from removable storage in the event of a primary data storage failure. Providing the operations necessary to support and engage or disengage the Disaster Recovery Center (DRC). CDRL 2 11 Detailed Configuration Plan CDRL 2 11 details the components configuration required to perform all SmartCard System activities and functions at all FDOT/LYNX/VOTRAN facilities locations. Required components include but are not limited to: Network components Communication lines Network communications services (e.g., frame relay, ISDN etc.) Work Stations Image scanning workstations for storing applications and other documents Printers and other printing equipment Credit card processing equipment Operating system software Application software Uninterrupted power sources for critical components All consumables, including paper, disks, tapes, etc. Site preparation and installation design, including all Exhibit 1 Page 4

226 necessary civil, electrical and mechanical drawings and construction packages At FDOT/LYNX/VOTRAN option, the Contractor shall provide terminals at designated locations for remote access to the system CDRL 2 12 CDRL 2 13 System Functions & Interfaces System & Operator Business Rules CDRL 2 12 details the system functions and interfaces of SmartCard System. CDRL 2 13 details the business rules across all the documents created to specify the SmartCard System: To provide a common reference source for all design documents that refer to business rules To describe in detail the fare payment mechanisms supported by the SmartCard System and the transit Operator specific business rules associated with those mechanisms. CDRL 2 14 System Hardware Access Security Plan CDRL 2 14 details the design and installation plan to discourage and minimize the effects of vandalism and theft, prevent unauthorized access to the interior of the equipment, and prevent unauthorized removal of the equipment from its installed location. CDRL 2 15 System Modules List CDRL 2 15 details the list of all SmartCard System modules. CDRL 2 16 System Hardware Safety Plan CDRL 2 16 details safety measures and graphics of all SmartCard System Hardware. CDRL 2 17 Full Service Ticket Vending Machine CDRL 2 17 details the Design Specifications and Useful Life Certifications of the SmartCard System Full Service Ticket Vending Exhibit 1 Page 5

227 (FSTVM) Specifications Machine (FSTVM). CDRL 2 18 Cashless Ticket Vending Machine (CTVM) Specifications CDRL 2 18 details the Design Specifications and Useful Life certifications of the SmartCard System Cashless Ticket Vending Machine (CTVM). CDRL 2 19 Ticket Validators Unit (TVU) Specifications CDRL 2 19 details the Design Specifications and Useful Life certifications of the SmartCard System Ticket Validators Unit (TVU). CDRL 2 20 Hand Held Ticket Validators (HHTV) Specifications CDRL 2 20 details the Design Specifications and Useful Life certifications of the SmartCard System Hand Held Ticket Validators (HHTV). CDRL 2 21 Point Of Sale Machine (POSM) Specifications CDRL 2 21 details the Design Specifications and Useful Life certifications of the SmartCard System Point Of Sale Machine (POSM). CDRL 2 22 On Board Smart Media Processors (OSMP) Specifications CDRL 2 22 details the Design Specifications and Useful Life certifications of the SmartCard System OBSMP. CDRL 2 23 Central Data Collection & Information System (CDCIS) Specifications CDRL 2 22 details the Specifications of the Subsystems that comprises the Central Data Collection & Information System (CDCIS): Data Storage Computer (DSC) Fare Processor Device Management System (DMS) Exhibit 1 Page 6

228 Regional Clearinghouse Application (RCA) Online Ticketing Application (OTA) Customer Administration Application (CAA) System Status and Security Monitoring Application (SSSMA) Servers Work Stations Any Additional Equipment CDRL 2 24 CDCIS Message Flows CDRL 2 24 describes the anticipated interaction between all the SmartCard System subsystems. The intention is that this document will aid integration between all subsystems. CDRL 2 25 System Software Manuals CDRL 2 25 details the lists the software manuals required for the use of the operation of the SmartCard System. CDRL 2 26 System Hardware Manuals CDRL 2 26 details the lists the hardware manuals required for the use of the operation of the SmartCard System. CDRL 2 27 Detailed Test Procedures CDRL 2 27 provides an in depth layout of the intended testing approach to System. The document provides a detail outline of the intended testing, identifies the testing inputs required from FDOT/LYNX/VOTRAN, the tests to be executed, and the chronological order of their execution. CDRL 2 28 System Acceptance Plan CDRL 2 28 addresses the test strategy and plan for acceptance testing of the SmartCard System and its required functions and operations. Exhibit 1 Page 7

229 CDRL 2 29 System Training Manuals CDRL 2 29 details the outline for the construction of the training manuals to be used in training all personnel, on the operation of the SmartCard System. The document is designed to provide the guidelines in delivering training. The instructors will use the specific operation manuals and documentation as tools for delivering the training in each course. CDRL 2 30 Training Program Plan CDRL 2 30 details the basic principles that will apply to the development and delivery of training for the Authority and Contractor personnel responsible for operating, maintaining, and administering the SmartCard System. CDRL 2 31 Financial &Non Financial Reports CDRL 2 31 details a comprehensive list of all the SmartCard System Financial and Non Financial reports. CDRL 2 32 Audit and Billing Reconciliation CDRL 2 32 details the billing procedures, operational reconciliation procedures and implementation of internal controls to ensure integrity of the billing process. CDRL 2 33 System Maintenance Plan CDRL 2 33 details a comprehensive list of all scheduled maintenance specified for the SmartCard System. Additional CDRL Details: Management Plan: The Implementation Plan (CDRL 1 1) and Project Schedule (CDRL 1 2) shall be in sufficient depth to allow the Regional Partners (FDOT/LYNX/VOTRAN) to monitor the program progress in a timely manner. The Implementation Plan (CDRL 1 1) and Project Schedule (CDRL 1 2) shall include time frames for the Offeror s preparation and the each Authority s approval of all deliverables and documentation and shall include details regarding: A description of the management controls on progress, performance, schedules, and costs relative to the Project Schedule and subsequent operations shall be required. Exhibit 1 Page 8

230 A description of the management controls on progress, performance, schedules, and costs relative to the Program Schedule and subsequent operations shall be required. The format of activity reports to incorporate program schedule against actual completion of activities shall be required. The location at which the work will be performed shall be submitted for approval. Identification of the resources to be utilized in fulfilling the Scope of Services shall be required. Description and schedule for any special tasks the Offeror expects the Authority to perform shall be required. Description of the project phases of development, software deliverables, acquisitions and documentation, system testing, and quality assurance The Software Quality Assurance Plan (CDRL 1 3) and The Hardware Quality Assurance Plan (CDRL 1 4) shall be in sufficient depth to allow for the establishment of indices to be used as benchmarks for product performance/effectiveness and the quality of service delivery. The Software Quality Assurance Plan (CDRL 1 3) and The Hardware Quality Assurance Plan (CDRL 1 4) shall include details regarding: The prevention, notification and detection of systematic problems that may affect customers The avoidance and elimination of any security breaches within system operations. Details for detecting and correcting deviations from any performance requirements Quarterly scheduled meetings to review process improvement The Contingency Plan (CDRL 1 5) and The Transition Plan (CDRL 1 6) shall be in sufficient depth to continue existing operations if the Offeror is not ready to start its own operation by the agreed upon start date in the Contract and delineate responsibilities of the Offeror and the Authority throughout the transition period. The Contingency Plan (CDRL 1 5) and The Transition Plan (CDRL 1 6) shall include details regarding: Formation of a Transition Team Detailed milestones and schedule for the Transition Period Review of existing operations Transfer and disposal of equipment Acquisition and installation of equipment Staff recruitment and training Exhibit 1 Page 9

231 Testing and Acceptance Customer Communications Contingency Plan in the event the Offeror is not ready Detailed Cutover Plan Evaluation Design Documentation: The Government Requirements and Industry Standards Plan (CDRL 2 1), SmartCard System PCI DSS Compliance Plan (CDRL 2 2), Existing System PCI DSS Compliance Plan (CDRL 2 3), SmartCard System PA DSS Compliance Plan (CDRL 2 4) and SmartCard System Additional PCI Standards, Information Supplements and Guidelines Plan (CDRL 2 5) shall be in sufficient depth to identify all local, state, or national codes, ordinances, statutes, standards, and federal rules and regulations applicable to the SmartCard and be in full compliance with the Payment Card Industry (PCI) standards at the time of Final Design approval. The System Software Security Plan (CDRL 2 6), and System Hardware Access Security Plan (CDRL 2 14) shall be in sufficient depth to describe the approach to ensuring that all system components including all network components meets the required security standards. The Software System Security Plan (CDRL 2 6) and System Hardware Access Security Plan (CDRL 2 14) shall include details regarding: A description of system policies on documentation of operating procedures, change management, segregation of duties, third party service providers, and protection against malicious code, back up, network security, media handling, and event/log monitoring. A description of system access control policies, including policies for operating system access, network access, its password management system(s), and its mobile computing policies. A description of how the how the system validates data, uses cryptography, protects source code, inspects source code for potential security defects, and manages outsourced software development (if any). The Network Infrastructure Plan (CDRL 2 7), The Network Management Plan (CDRL 2 8) and Network Communication Plan (CDRL 2 9) shall be in sufficient depth to detail the administration of the system network to include, system monitoring and recovery as well as system and data security. The Network Infrastructure Plan (CDRL 2 7), the Network Management Plan (CDRL 2 8) and Network Communication Plan (CDRL 2 9) shall include details regarding: Exhibit 1 Page 10

232 Provisioning of subscribers, servers, and related resources Operations management for real time management of the entire unified communications system Rapid problem solving with real time alerts, including voice quality on all components and infrastructure The Disaster Recovery Plan (CDRL 2 10) shall be in sufficient depth to detail a disaster recovery plan for continuing operations, with a minimum of downtime, in the event of failures of the hardware components, network components, software applications and systems, environmental factors, or other operating emergencies. The Disaster Recovery Plan (CDRL 2 10) shall allow the Regional Partners (FDOT/LYNX/VOTRAN) to reconstitute normal operations within timeframes specified during the design review process that meet industry guidelines for similar systems. The Disaster Recovery Plan (CDRL 2 10) shall include details regarding: Development, implementation, maintenance, demonstration and test of business continuity activities, which covers the functional areas, which are critical to the continuation of services to customers in adverse situations Strategies to lessen the probability of, and mitigate the impact of foreseeable incidents with the potential to become disasters The Detailed Configuration Plan (CDRL 2 11) shall be in sufficient depth to detail the processes for establishing and maintaining configuration control of the system and documentation of the Smartcard System project. The Detailed Configuration Plan (CDRL 2 11) processes are meant to remain in place for the life of the system and documents, i.e., through development, operations, and required up grades. The Detailed Configuration Plan (CDRL 2 11) shall include details regarding: Organization, Roles and Responsibilities Structure needed to manage and perform configuration managements Configuration Items Identification Process to identify those items [outputs of the tasks of the project] which will be placed under configuration management Change Management Procedures Formalized process for making a change to a base lined item Configuration Status Accounting Steps to keep the project team aware of the configuration of the various system outputs and documentation of the project Configuration Audits Process for verifying the configuration of a hardware or software of the system. The Systems Functions & Interfaces (CDRL 2 12) shall be in sufficient depth to describe the unique interfaces involved with the Smartcard System. The Systems Functions & Interfaces (CDRL 2 12) shall Exhibit 1 Page 11

233 present the systems functional, technical, and operational design that accurately reflects the creation and support of these interfaces. The Systems Functions & Interfaces (CDRL 2 12) shall include details regarding: An overview of the activities and services that the Contractor will provide, the assumptions on which the plan is based, and the roles and responsibilities for individuals and organizations involved in effort. A description of the operational functions for each interface impacted as defined in the system requirements. A description of the communications/coordination approach for each interface partner (FDOT/LYNX/VOTRAN) A description of the systems interfaces processing rules that will be established and used. Batch interface processing rules for each step specific to the interface to include connectivity parameters, processing parameters, file sequence and formal control, file and record content validation, detail records processing, file and recover level processing status recording and return. Host to host interface processing rules for the individual messages that are received by the system Communication links and connectivity requirements including: o o o o A description of responsibilities regarding the specification of appropriate telecommunications circuits, network equipment and encryption/decryption capability that will ensure secure data transfer between the systems. A discussion of the implementation of the required TCP/IP protocol for the batch SFTP and host to host sockets interfaces. A description of the requirements for all of the telecommunications connectivity required in support of the system batch and host to host interfaces between the systems. A description of the batch and host to host configuration requirements for the system that will be needed to exchange information over these interfaces A description of the batch interface and host to host interface error handling A description of the procedures that pertain to interface production functions including operations monitoring and reporting and schedule deviations and changes Exhibit 1 Page 12

234 A list of generic error codes with descriptions for all messages, as well as specific error codes for specific messages for the batch and host to host interfaces The System & Operator Business Rules (CDRL 2 13) shall be in sufficient depth to cross all the documents created to specify the system. The System & Operator Business Rules (CDRL 2 13) shall provide a common reference source for all design documents that refer to business rules and describe in detail the fare payment mechanisms supported by system and the transit Operator specific business rules associated with those mechanisms. The System Hardware Access Security Plan (CDRL 2 14) shall be in sufficient depth to detail security measures to avoid tampering, fraud, inappropriate access to and disclosure of sensitive information, and disruptions in critical operations. The System Modules List (CDRL 2 15) shall be in sufficient depth to detail the components and or segments of each system, which itself performs a defined task and can be linked with other such units to form the larger system. The System Hardware Safety Plan (CDRL 2 16) shall be in sufficient depth to identify and prioritize and options for eliminating or reducing Public Safety Risks once they have been identified. While the specific approach of each hardware element may vary, the basic elements of the System Hardware Safety Plan (CDRL 2 16) shall include details regarding: Development of a needs assessment methodology Development of an effective design format Standardize of a format and message across the system Proper placement and perform regular maintenance. The Full Service Ticket Vending Machine (FSTVM) Specifications (CDRL 2 17), Cashless Ticket vending Machines (CTVM) Specifications (CDRL 2 18), The Ticket Validators Units (TVU) Specifications (CDRL 2 19), The Hand Held Ticket Validators (HHTV) Specifications (CDRL 2 20), The Point Of Sale Machine (POSM) Specifications (CDRL 2 21), The On Board Smart Media Processor (OSMP) Specifications (CDRL 2 22) and The Central Data Collection & Information System (CDCIS) Specifications (CDRL 2 23) shall be in sufficient depth to detail the system level functional and performance requirements, interfaces, adaptation requirements, security and privacy requirements, computer resource requirements, design constraints (including software architecture, data standards, programming language), software support and precedence requirements. The CDCIS Message Flow (CDRL 2 24) shall be in sufficient depth to shows what kinds of data will be input to and output from the system, where the data will come from and go to, and where the data will Exhibit 1 Page 13

235 be stored. The CDCIS Message Flow (CDRL 2 24) shall show information about the timing of processes, or information about whether processes will operate in sequence or in parallel. The System Software Manuals (CDRL 2 25) and System Hardware Manuals (CDRL 2 26) shall be in sufficient depth to ensure that the content can be clearly understood by the intended audience and provides the information that the audience needs in the most appropriate format. The System Software Manuals (CDRL 2 25) and System Hardware Manuals (CDRL 2 26) shall include details regarding: Descriptions of the underlying and fundamental concepts of the System A Complete graduated set of examples, each showing: o o o What the objects are, what they do, and what is done to them A problem situation the user faces, some possible user responses to the problem in the form of commands to the System, and the System response to these commands A systematic summary of all the commands The Detail Test Procedure (CDRL 2 27) shall be in sufficient depth to ensure all of the components, subsystems and systems processes constituting the SmartCard System shall be tested individually and together to ensure that they meet the contract requirements and provide a properly functioning system. The Detail Test Procedure (CDRL 2 27) sections shall include all labor, materials, and support services required to completely inspect and test all hardware and software. Testing shall be conducted at two levels: Subsystem interface and integration Network, software and interface testing, including interface to the CDCIS System installation and operations Installation and acceptance testing, including the Data Storage Computer (DSC), Fare Processor, Device Management System (DMS), Regional Clearinghouse Application (RCA), Online Ticketing Application (OTA), Customer Administration Application (CAA), System Status and Security Monitoring Application (SSSMA), Servers, Work Stations, all Hardware and any Additional Equipment. The System Acceptance Plan (CDRL 2 28) shall be in sufficient depth to ensure the system demonstrates compliance to the requirements of the contract functions and operations. The System Acceptance Plan (CDRL 2 28) testing shall be performed at a system level, after the start of operations, with all components and subsystems completely functional, operational, online, and in service. All tests shall be based on data monitoring and measuring. The System Training Manuals (CDRL 2 29) and Training Program Plan (CDRL 2 30) shall be in sufficient depth to prepare all required personnel to efficiently operate, maintain, and manage the elements of the system. The System Training Manuals (CDRL 2 29) and Training Program Plan (CDRL 2 30) shall include details regarding: Exhibit 1 Page 14

236 Course description Expected learning objectives and method for measurement of these objectives Course content outline Method of training delivery Training materials Training venue Duration of the training/course Target group The Financials & Non Financial Reports (CDRL 2 31) shall be in sufficient depth to detail the mechanisms and data sources of all reports. The Financials & Non Financial Reports (CDRL 2 31) shall provide details on system generated canned and ad hoc reports that are automatically produced, printed, and distributed. The Financials & Non Financial Reports (CDRL 2 31) shall provide details on the modification of reports as required. The Audit & Billing Reconciliation (CDRL 2 32) shall be in sufficient depth to ensure the system information systems safeguard assets, maintains data integrity, and are operating effectively and efficiently to achieve the Regional Partners (FDOT/LYNX/VOTRAN) goals or objectives. The System Maintenance Plan (CDRL 2 33) shall be in sufficient depth to provide the Regional Partners (FDOT/LYNX/VOTRAN) maintenance personnel with the information necessary to maintain the system effectively. The System Maintenance Plan (CDRL 2 33) shall provide the definition of the software support environment, the roles and responsibilities of maintenance personnel, and the regular activities essential to the support and maintenance of program modules, job streams, hardware and database structures. DELIVERABLES CDCIS network architecture diagram Shop drawings, catalog cuts, and technical literature describing all LAN components Data analysis and report formats and capabilities Hardware and software specifications and technical information Data Storage Computer (DSC) Exhibit 1 Page 15

237 Fare Processor Device Management System (DMS) Regional Clearinghouse Application (RCA) Online Ticketing Application (OTA) Customer Administration Application (CAA) System Status and Security Monitoring Application (SSSMA) Data Networking System (cabling and connectors) Workstations Application Software Report Generation Software Exhibit 1 Page 16

238 LYNX Contract Exhibit 2 PRICING/MILESTONE/DEPLOYMENT SCHEDULES BASE ITEMS Unit Cost Quantity TOTAL COST Full Service Ticket Vending Machines $ 5 $ Fare Media/Smart Cards (Standard) $ 2500 $ Limited Use Smart Cards (Paper) $ 2500 $ Spare Parts,Special Tools,Maintenance X Lump Sum $ Servicing Equipment Maintenance Service Plan (Per Year) $ 2 $ Training X Lump Sum $ Central Data Collection and X Lump Sum $ Information System (CDCIS) Warranty Plan (Per Year after Year X Lump Sum $ one) Point of Sale Machines $ 5 $ OPTION ITEMS TABLE 2 Unit Cost Quantity TOTAL COST On-Board Wireless Validators $ 335 $ Point of Sale machines $ 200 $ Fare Media/Smart Cards (Standard) $ IDIQ X Limited Use Smart Cards (Paper) $ IDIQ X FIRM NAME: AUTHORIZED SIGNATURE: DATE: Exhibit 2, Page 1

239 LYNX Project Milestone Payout Schedule Central Florida Commuter Fare Collection System Equipment Milestone Description % Payment* % Complete Milestone #1: Approval of Installation and Interface, list of spare parts, testing plans, sheets and reports for the In-Progress, All CDRLs, Mid-Point, Preliminary and Final Design Reviews N/A 5% Milestone #2: Complete Design Qualification Testing, First Article Configuration Inspection (FACI), and First Article Testing (FAT) Milestone #3: Complete all delivery and installations of Pilot CDCIS including DSC, data networking system and other equipment Milestone #4: Complete delivery and installation of all pilot equipment including TVMs, OSMP and POSMs Milestone #5: Complete Network Integration Inspection and Related Testing 5% 10% 10% 20% 25% 50% N/A 60% Milestone #6: Approval of Acceptance Testing Plan N/A 70% Milestone #7: Complete installation, integration and conditional acceptance testing of all TVM, OSMP, POSM and other equipment Milestone #8: Final Acceptance of all delivery, installation and delivery of equipment and products. Completion of all punch list items 50% 80% 75% 90% Milestone #9: Delivery of all Spare Parts and Fare Media 80% 100% Milestone #10: Successful Completion of all Training Courses 85% 100% Milestone #11: Delivery of all Manuals, Special Tools and Diagnostic and Test Equipment 90% 100% Milestone #12: Delivery of Software Escrow and Source Codes 100% 100% *Percentage of Total Maximum Amount Exhibit 2, Page 2

240 Task Name LYNX Deployment Summary Project Plan Duration (Work Days) SmartCard Implementation Milestone Summary 303 days Due Assume Notice To Proceed (NTP) by 5/31/2012 Contract + Administrative Tasks 21 Days NTP + 21 Days Execute Contract Documents Project Initiation (Kickoff by 7/2/2012) 1 Day NTP + 23 Days Project Kick Off CDRL Receipt/Review/Approval (To be completed by 9/14/2012) 54 Days NTP + 76 Days CDRL Submisssion Final Design Documents Review / Approvals Final Functional Requirements Review / Approvals Determine Pilot Design & Criteria Factory Acceptence Testing (To be completed by 9/28/2012) Ticket Vending Machines (TVM's) 10 Days NTP + 86 Days On Board Smart Media Processors (OSMP) Point Of Sale Machines (POSM) Full System Development/Testing (To be completed by 4/30/2013) Full functional CDCIS System Development and testing Full functional Hardware Development and testing 217 Days NTP Days Pilot Phase ( 10 Vehicles/10 POSMs/1 TVM) (To be completed by 12/28/2012) Pilot Pre test Pilot Install 89 Days NTP Days Exhibit 2, Page 3

241 Pilot Post test (CDCIS) Module Acceptence Testing Data Storage Computer (DSC) Fare Processor Device Management System (DMS) Regional Clearing House Application (RCA) Online Ticketing Application (OTA) Customer Administration Application (CAA) System Status and Security Monitoring Application (SSSMA) Hardware Acceptence Testing Ticket Vending Machines (TVM's) On Board Smart Media Processors (OSMP) Point Of Sale Machines (POSM) Pilot Modifications Pilot Lessons Learned Modifications Pilot Closeout Full Install Phase (To be completed by 4/30/2013) 64 Days System Test / Modification / Stabilization (Quality Assurance) (CDCIS) Module Acceptence Testing Data Storage Computer (DSC) Fare Processor Device Management System (DMS) Regional Clearing House Application (RCA) Online Ticketing Application (OTA) Customer Administration Application (CAA) System Status and Security Monitoring Application (SSSMA) Hardware Acceptence Testing Ticket Vending Machines (TVM's) On Board Smart Media Processors (OSMP) Point Of Sale Machines (POSM) Testing Sign Off Intergrated System Testing (Hardware / Software) Issue Resolution (Critical / High / Medium ) Issue Retest / Signoff Full Scale Production Deployment (Go Live) NTP Days Exhibit 2, Page 4

242 Project Closeout (To be completed by 7/31/2013) Closeout Punch List items Resolve all open issues and tasks Project Closeout Meeting Project Close 65 Days NTP Days Exhibit 2, Page 5

243 LYNX Contract Exhibit 3 DBE ADDENDUM In the event that a DBE goal has been established by the Solicitation the Contractor covenants and agrees as follows: (a) The Contractor will make documented good faith efforts to utilize DBE subcontractor(s) for this project. The Contractor shall notify Desna Hunt, 455 N. Garland Avenue, Orlando, Florida 32801; (telephone); (facsimile) (hereinafter, the DBE Liaison Officer ) immediately of any termination of a DBE or any DBE s inability or unwillingness to perform and provide reasonable documentation of same. (b) Any disputes between the Contractor and any DBE subcontractor, which could reasonable result in a termination or relate to the DBE subcontractor s inability or unwillingness to perform shall be first submitted to the DBE Liaison Officer for consideration. The DBE Liaison Officer may refer the matter to non binding mediation in his or her sole and absolute discretion. (c) The Contractor shall provide the DBE Liaison Officer with at least thirty (30) days written notice prior to instituting any legal action against a DBE subcontractor. (d) If any DBE subcontractor is unable or unwilling to perform, the Contractor must obtain prior approval from the DBE Liaison Officer of the substitute DBE and provide copies of new or amended subcontracts, or documentation of good faith efforts. (e) The Contractor will provide the DBE Liaison Officer with monthly updates as to the Contractor s continuing compliance with the DBE requirements set forth in the Solicitation. (f) Contracts between the Contractor and any DBE subcontractor shall contain a valid and enforceable waiver of the DBE subcontractor s right to trial by jury. (g) The Contractor must submit with each invoice a report of DBE expenditures (the DBE Expenditure Report ), if applicable. Such report must show each DBE, the amount of such DBE s subcontract, the amount earned to date, the amount earned with respect to that invoice and the amount remaining to be earned. A legible copy of each invoice, along with the DBE Expenditure Report, must be submitted directly to the DBE Liaison Officer, c/o Central Florida Regional Transportation Authority, 455 North Garland Avenue, Orlando, Florida 32801, or such other address as may be specified by LYNX from time to time. (h) The Contractor shall make prompt and full payment to any DBE subcontractor (including the payment of any retainage) within the later of: (x) thirty (30) days after the DBE subcontractor s work is satisfactorily completed or (y) thirty (30) days after the Contractor receives payment from LYNX for satisfactory completion of the accepted work. For purposes of this DBE Addendum, a DBE subcontractor s work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by LYNX. When LYNX has made an incremental acceptance of a portion of the Services, the work Exhibit 3, Page 1

244 of a DBE subcontractor covered by that acceptance is deemed to be satisfactorily completed. The Contractor may not withhold payment to any DBE subcontractor as a result of the exercise of LYNX s rights under Section 7(h) of this Contract. (i) In order to enforce the requirements set forth in paragraph 9 of this Contract as well as those set forth in this DBE Addendum, and in addition to any damages and remedies available to LYNX as set forth elsewhere in this Contract or which are otherwise available to LYNX under applicable law, LYNX reserves the right to withhold five percent (5%) of any amounts owed to the Contractor pursuant to and in accordance with Section 7(h) of this Contract. Exhibit 3, Page 2

245 Table of Contents Exhibit D Central Florida Regional Transportation Authority, D/B/A LYNX Fare Collection System Equipment Specifications Table of Contents 1.0 System Requirements General Description Code Requirements Project Participants Products Design Criteria Reliability Maintainability Ticket Vending Machines General Submittals Products Functional Requirements Customer User Interface Coin Handling System Bill Handling System Credit and Debit Card Subsystem Smart Card Subsystem Ticket Issuing System TVM Control System Functional Requirements Auxiliary Power System Servicing and Maintenance Access Light Fixture Circuit Breakers Cabinet Air Circulation Units Drainage TVM Data Alarm Transmission Audit Ticket Data DELIVERABLES Station Platform Ticket Validator General Exhibit D Lynx Fare Collection System Equipment Specifications D i

246 Table of Contents Submittals Products Design Features Functional Requirements Execution Performance Requirements DELIVERABLES Handheld Ticket Validator General Submittals Products Design Features Functional Requirements Execution Performance Requirements DELIVERABLES On Board Smart Media Processor General Submittals Products Design Features Functional Requirements OSMP Modules OSMP Operations Execution Performance Requirements DELIVERABLES Point of Sale Machine General Submittals Products Design Features Functional Requirements Execution Performance Requirements DELIVERABLES Central Data Collection & Information System General Description Submittals Products Central Data Collection & Information System (CDCIS) Subsystems and Application Data Storage Computer (DSC) Exhibit D Lynx Fare Collection System Equipment Specifications D ii

247 Table of Contents Fare Processor Device Management System (DMS) Regional Clearinghouse Application (RCA) Online Ticketing Application (OTA) Customer Administration Application (CAA) System Status and Security Monitoring Application (SSSMA) Servers Workstations Data Networking Data Transmission Report Generation Application Software System Application Programming Interfaces Graphical User Interfaces Configuration Management Contract Data Requirements Lists (CDRLs)... Error! Bookmark not defined. DELIVERABLES Installation and Interfaces General Description Reference Standards Submittals Quality Assurance Execution Installation and Interface DELIVERABLES Design Review and Testing General Description Submittals Execution Project Master Schedule Testing Plans, Procedures, Facilities and Reports Equipment Operations Testing Network Integration Inspection and Related Testing Installation and Acceptance Inspection and Testing Design Reviews DELIVERABLES Product Support General Description Submittals Products Training Courses Exhibit D Lynx Fare Collection System Equipment Specifications D iii

248 Table of Contents Technical Support Manuals Software Escrow Diagnostic and Test Equipment (DTE) Special Tools Spare Parts Spare Parts Recommendation Warranty Operations and Maintenance Support DELIVERABLES Exhibit D Lynx Fare Collection System Equipment Specifications D iv

249 Abbreviations and Acronyms Abbreviations and Acronyms ABS ADA ADAAG AES APDU API CDCIS CFCRT CAA CDRL COO COS CTS CTVM DSC DMS DTE EMI EMV FACI FAT FDR FSTVM GUI HHTV IEC ISO LAN Account Based System American with Disabilities Act Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities Advanced Encryption Standard Application Protocol Data Unit Application Programming Interface Central Data Collection & Information System Central Florida Commuter Rail Transit Customer Administration Application Contract Deliverables Requirements List Chief Operating Officer Card Operating System Communications Transmission Subsystem Cashless Ticket Vending Machine Data Storage Computer Device Management System Diagnostic and Test Equipment Electromagnetic Compatibility Europay, MasterCard and Visa First Article Configuration Inspection First Article Testing Final Design Review Full Service Ticket Vending Machine Graphical User Interfaces Handheld Ticket Validator International Electrotechnical Commission International Organization for Standardization Local Area Network Exhibit D Lynx Fare Collection System Equipment Specifications D v

250 Abbreviations and Acronyms MIL HDBK MTTR MDT NFC NIC OCC OCD OMC OSMP OTA PAD PCI DSS PDR PIV POSM QA/QC RCA RF SCSU SMT SPTV SSSMA SQL TVM UL UPS Military Handbook Mean Time to Repair Mobile Data Terminal Near Field Communication Network Interface Card Operations Control Center Operator Control and Display Operations and Maintenance Vendor On Board Smart Media Processor Online Ticketing Application Patron Antenna and Display Payment Card Industry Data Security Standard Preliminary Design Review Personal Identity Verification Point of Sale Machine Quality Assurance/Quality Control Regional Clearinghouse Application Radio Frequency Supplemental Change Storage Units Smart Media Technology Station Platform Ticket Validator System Status and Security Monitoring Application Structured Query Language Ticket Vending Machine Underwriter Laboratories Uninterruptible Power Supply Exhibit D Lynx Fare Collection System Equipment Specifications D vi

251 System Requirements 1.0 System Requirements 1.1 General Description The Fare Collection System shall consist of Ticket Vending Machines (TVMs), a Central Data Collection & Information System (CDCIS), Station Platform Ticket Validators (SPTVs), Handheld Ticket Validators (HHTVs), On Board Smart Media Processors (OSMPs), Point of Sale Machines (POSMs), spare parts, special tools, test equipment, documentation, training, technical assistance and warranty as part of the system. The TVMs shall be designed for outdoor installation in a covered but open environment which includes precipitation, sun glare, heat and solar loading. The SPTVs and any equipment supplied and/or installed that is not housed in an environmentally controlled enclosure shall be rated to operate in the environmental conditions of the Central Florida area. It is required that the TVMs, SPTVs, HHTVs, OSMPs and POSMs (Fare Collection Equipment) shall be service proven for revenue service. The system shall be of materials that are new and free of defects and which conform to the requirements of the technical specification. The TVMs shall be a standard modular production model which shall have a certifiable record of reliable, low maintenance operation on one or more existing transit systems under service conditions similar to those indicated herein for a period not less than the past two (2) years. The TVM shall have a certifiable record of satisfactory performance reliability on similar types of installations. In the Technical Proposal, the Vendor described similar installations including reliability rates for the system implementation. For the purposes of reliability rates as defined below, failures shall mean any reason that the TVM is inoperable. Reliability rates of similar installations shall be defined and calculated using the following: Failure Rate defined as the number of failures in a 3 month period divided by the number of TVMs in the group. Tickets Vended Failure Rate defined as the number of tickets vended failures in a 3 month period multiplied by 10,000 and then divided by the total number of tickets vended by all TVMs in the group. Mean Cycles Between Failures defined as the sum of the total transactions for each piece of equipment divided by the number of failures for the same equipment. Mean Time to Repair (MTTR) defined as the time to restore the equipment back to revenue service and shall be calculated from the moment the TVM failure has been reported to the moment the equipment has been tested and Exhibit D Lynx Fare Collection System Equipment Specifications D 1

252 System Requirements verified as fully functional and has been restored to revenue service. The time to restore to revenue service shall be measured as the total elapsed time including troubleshooting and replacement or repair, using the diagnostics, special tools, and procedures provided by the Vendor. Fare payment media (standard and limited use contactless smart cards) shall be provided by the Vendor with: a Card Operating System (COS) that allows for the creation of a file structure; supports the minimum required application protocol data unit (APDU) command set; is compliant to ISO (Type A and Type B) and identified components of ISO 7816; supports encoding with FDOT, LYNX and Votran specific keys; and is commercially available in the U.S. for transit fare payment. Customers shall buy tickets and passes or use transfer upgrade tickets for passage on the CFCRT system. The ticket, pass, or transfer upgrade ticket, in each case, evidences payment of fare and enables barrier free fare control throughout the CFCRT system. No cash fares shall be collected aboard CFCRT trains. Self service ticket vending machines (TVMs) located on CFCRT station platforms shall make change (FSTVMs only) and vend single ride tickets, round trip tickets, transfer upgrade tickets, day passes, weekly and monthly passes, and stored value cards Code Requirements The fare collection system shall be designed and installed to comply with all applicable local, state and national design codes, ordinances, and standards, including Payment Card Industry Data Security Standards (PCI DSS), American Public Transportation Association s Contactless Fare Media System (APTA CMFS) Standard, FTA National ITS Architecture Policy on Transit Projects and federal rules and regulations existing at the time of procurement and the contract execution date. The Vendor shall be responsible for identifying all local, state, and national design codes, ordinances, statutes, standards, and federal rules and regulations applicable to the fare collection system at the time of contract award. The following is a list of standards to be complied with in the execution of these technical specifications. The list is not intended to be all inclusive. The latest revision in effect for each standard at the time of Written Authorization shall be used in conjunction with this technical specification. Listed below are the principal (not all inclusive) applicable codes: American Welding Society B2.2 American Welding Society C1.1 American Welding Society D1.1 Exhibit D Lynx Fare Collection System Equipment Specifications D 2

253 System Requirements American Welding Society D1.2 American Welding Society D1.3 Federal Communication Commission emission limits Military Handbook MIL HDBK 132 National Electric Safety code, American National Standard C2, latest edition. National Electric Code, National Fire Protection Association ANSI/NFPA 70 and 130, latest edition. Underwriters Laboratories UL 751, Vending Machines, latest edition. International Electrotechnical Commission standard 529 (IEC529). International Organization for Standardization (ISO)/International Electrotechnical Commission (IEC) (Type A and Type B) and identified components of ISO 7816 Europay, MasterCard and VISA (EMV) standards. Americans with Disabilities Act (ADA) of 1990, 49 CFR Parts 27, 37, and 30. Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG) Project Participants The Vendor shall be responsible for coordination of the work of its contract with the Department and the Department s Contractors constructing the CFCRT Station Platforms, and providing commuter operations and maintenance services. a. Design/Build (D/B) Contractor The station platforms will be cast in place concrete pads constructed by the Design/Build Firm who is responsible for including in its construction all embeds (structural, electrical and mechanical) needed for station amenities and furnishings. b. Station Finishes Contractors There will be two separate Station Finishes Contractors that will complete the station platforms, one contractor for each phase of the project. The Station Finishes Contractors will be responsible for completing all electrical, communications, mechanical, structural, and architectural features on the station platforms with the exception of the TVMs and SPTVs. d. Construction Engineering and Inspection Contractor The Department will contract the construction engineering and inspection (CEI) work under a professional service contract that will be responsible for oversight of the station contractors including the TVM and SPTV delivery and installation. e. Operations and Maintenance Contractor (OMC) Exhibit D Lynx Fare Collection System Equipment Specifications D 3

254 System Requirements In preparation for the new commuter rail service, the Department will be mobilizing an Operations and Maintenance Contractor prior to the completion of the stations. The Operations and Maintenance Contractor will be responsible for operating and maintaining the CFCRT system. Optional operation and maintenance support for the fare collection system equipment may be required by the Vendor at the Department s option with coordination and oversight by the OMC and Chief Operating Officer. f. Chief Operating Officer (COO) The Department has filled the position of COO with a Consultant to the Department. The COO shall report to the CEO of the Department, which is the District Five Secretary. The responsibilities of the COO shall include, but are not be limited to: Having daily oversight of CFCRT commuter rail operations, service, and maintenance to ensure compliance with service standards and budgets, including oversight of all contracted services. Providing timely coordination with the appropriate staff of the individual Signatory Parties, LYNX, Votran, and CSXT in the event of an emergency (such as the need for bus bridges, public service announcements, security, or railroad property issues). Providing timely and comprehensive operational input to and coordination with the individual Signatory Parties and the third party Vendor in order to enable the Department to effectively respond to the needs and requirements of the individual Signatory Member Agencies and to enhance existing CFCRT service and future expansions. g. Public Involvement/Marketing Services Contractor The Department has contracted with a Third Party Services Provider under a separate contract that will be responsible for marketing, branding, public and media relations for CFCRT. The third party vendor will be responsible for developing and maintaining the CFCRT website. The Vendor shall coordinate with the Third Party Services Provider regarding interfaces with the registration, payment and reloading of smart cards and wrapping of fare collection equipment and smart cards. The Third Party Services Provider will also be responsible for provision of wireless services onboard CFCRT vehicles. h. Other Third Party Service Providers Other Third Party Service Providers may be contracted by the Department, to be responsible for the Operation and Maintenance of CFCRT clearinghouse and other required services to be determined. 1.2 Products Design Criteria a. Design Life Exhibit D Lynx Fare Collection System Equipment Specifications D 4

255 System Requirements The Fare Collection Equipment design life shall be a minimum of 15 years of full time revenue service in the Central Florida area. The fare collection equipment is expected to operate 24 hours per day and 7 days per week and 52 weeks per year. b. Physical Characteristics Equipment shall be designed and constructed to prevent theft and unauthorized access, minimize the effects of vandalism, prevent unauthorized removal of the equipment from its installed location, facilitate access by authorized personnel, and operate in the environmental conditions described in the section entitled "Operating Environmental Requirements." c. Ease of Use/Safety Fare collection equipment shall be designed to facilitate ease of use and safety for customers, maintainers, servicers, and other Department and LYNX personnel. d. Accessibility for Customers with Disabilities The TVM and SPTV shall comply with the requirements of 49 CFR Parts 27, 37, and 30 of the Americans with Disabilities Act (ADA) of 1990 and the Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG). All operating controls and identification shall be labeled with Braille. The TVM shall be equipped with a voice module to allow visually impaired customers to perform any transaction by following interactive voice instructions, both following displayed messages and providing supplemental messages as needed. e. Lingual Requirements The TVM shall present (not simultaneously) all messages on the display screen(s) in both English and Spanish. The TVM shall have the capability to add up to 5 additional languages on the display screen and audio functions. The default language for the initial display screen messages for all transaction shall be English. The audio capabilities shall correspond with the same language selected at the point when the audio button was depressed. f. Electrical Requirements Each unit of fare collection equipment shall operate from a single phase power source of 120V, 60 Hz, and 30 amps maximum. All fare collection equipment shall be designed to operate with a plus or minus 10 percent fluctuation in line voltage without any equipment damage, decrease in performance, or service interruption. Primary power will be made available at the base of each piece of equipment. g. Stand Alone Capabilities The Fare Collection Equipment shall be able to operate on a stand alone basis (Up to 24 hours the machine will hold credit card data, before it goes into an Out of Service mode). For the TVMs, if one or more TVM goes offline, is powered down, is out of sync with the Central Data Collection & Information System (CDCIS), or otherwise not connected to the Local Area Network (LAN) or Data Storage Computer (DSC), this condition shall not negatively affect any other TVM or other component of the Fare Exhibit D Lynx Fare Collection System Equipment Specifications D 5

256 System Requirements Collection Equipment. For the CDCIS, if one or more of the servers goes offline or are unavailable, for any reason, the TVMs and all other Fare Collection Equipment shall continue to operate without loss of any data. h. Smart Cards Interoperability with LYNX and Votran Fare Media and Equipment LYNX and Votran will be accepting smart card fare payments from riders transferring to and from the CFCRT system. The Vendor shall provide smart cards that are compatible with GFI Genfare Odyssey. The CFCRT TVMs and HHTVs shall accept and read magnetic stripe cards from LYNX and Votran bus systems, based on the following card dimensions and specifications: Definitions ANSI/ISO Standard Width /.005 Length /.010 Thickness.010 +/ 001 inches.007 +/.010 (transfers) Material Polyester Stock Paper Stock (transfers/day passes) Vendors shall coordinate with the Department, LYNX and Votran to obtain the GFI GENFARE Technical Specifications for Magnetic Stripe Tickets and GFI Odyssey fareboxes or equivalent. i. CFCRT Branding & Marketing The Vendor shall design fare collection equipment to accommodate space for CFCRT branding and marketing for wrapping equipment. The Department shall provide the Vendor with design elements, graphics and color schemes to wrap fare collection equipment and print on contactless smart cards. Vendor shall print up to five design options on contactless smart cards provided by the Department CFCRT Operating Environmental Requirements The TVMs shall be designed to be installed in an open environment with canopies provided above the equipment and SPTVs in an open environment without canopies provided above the equipment. The equipment will be exposed to elements including direct sunlight, wind driven rain, and lightning. The TVMs and SPTVs shall be capable of operating over an ambient temperature range of 20 F to 110 F. In the summer, direct sunlight conditions will cause cabinet temperature to rise considerably above ambient, in excess of 155 F. All equipment shall be capable of operating in relative humidity up to 95% over the ambient temperature range given above. This shall include periods of condensation and wind driven rain, freezing rain and snow flurries. Exhibit D Lynx Fare Collection System Equipment Specifications D 6

257 System Requirements Reliability The reliability rate for all fare collection equipment shall at minimum 99% during normal operations, with the exception when the fare collection equipment is in degraded mode and when fare collection equipment is receiving downloads such as fare changes and system updates from the Central Data Collection & Information System (CDCIS) Maintainability Maximum consideration to maintenance, troubleshooting, component removal, repair and replacement and inspection shall be given in the design of all fare collection equipment. The objective of the maintainability program shall be to minimize maintenance labor, materials, costs, and fare collection downtime. No more than one maintenance person or repairperson shall be required to restore a TVM back into revenue service at the station. Vendor shall submit, as part of the Technical and Price Proposals, the suggested preventative maintenance plan for the fare collection system. The plan shall account for all fare collection equipment including a combination of FSTVMs and CTVMs, with the quantity of each machine type to be supplied is subject to change. Exhibit D Lynx Fare Collection System Equipment Specifications D 7

258 Ticket Vending Machines 2.1 General 2.0 Ticket Vending Machines Submittals The technical specifications submission made by the Vendor in its Technical Proposal, for Ticket Vending Machine equipment and installation including reliability rates for the system implementation and schedule for the design, manufacturing, implementation, testing and acceptance of the equipment, and process for replenishing fare media, is incorporated herein by reference. 2.2 Products Functional Requirements Two types of ticket vending machines (TVMs) shall be planned for implementation; a cashless TVM (CTVM) that will accept only credit/debit cards but not cash and a fullservice TVM (FSTVM) that will accept both cash and credit/debit cards for payment and issue change. CTVMs and FSTVMs shall be designed to issue tickets (standard and limited use contactless smart cards) and add value to smart cards for CFCRT customers by accepting coins, bills or credit/debit cards transactions. The CTVMs shall be capable of the same functions as the FSTVMs, except for accepting cash and providing change. The quantity of each CTVMs and FSTVMs to be supplied is subject to change. The design of the TVMs shall be based on simple, clear and reliable construction, and modular components to make them easy to use and maintain. Each FSTVM shall be equipped to: Accept all U.S. coins (including $1 coins), except pennies; all U.S. dollar bills Provide change in the fewest number of coins as required Return monies deposited if a transaction is canceled or aborted Be configurable to determine which coins or bills are allowable for acceptance Each TVM (FSTVM and CTVM) shall be equipped to: Accept credit and debit cards Read and add trips, passes, and stored values Respond to customer's choice of action Accept magnetic stripe cards from LYNX and Votran bus systems Issue standard and limited use contactless smart cards Register the number of media of each type and price range issued and total value of fare media sold Must be ADA compliant Exhibit D Lynx Fare Collection System Equipment Specifications D 8

259 Ticket Vending Machines Provide audio output of messages and instructions Include a security and alarm system Indicate malfunctions of the unit Poll the CDCIS at different intervals throughout the day to download and upload hotlists, positive lists, threshold autoloads and directed autoloads. Include complete on line TVM network capability with remote TVM status monitoring, automatic polling for sales information, a complete audit and accounting system, ability to remotely command TVMs to reset and self diagnose, ability to remotely modify operating parameters, and process all credit/debit card authorizations Customer User Interface a. Display Screen The display screen shall be a color, trans reflective back lighted, 15" minimum Liquid Crystal Display (LCD), easily distinguishable in sunlight. The display screen shall display instructions, information, and user interface and be capable of displaying both text and graphics. The display screen shall adjust automatically to ambient light conditions so screen information can be read under all lighting conditions including direct sunlight and from an angle of up to 15 degrees in any direction and without need for additional light. TVMs shall be installed in an orientation parallel to the tracks as shown on the station platform drawings. The display screen shall be protected by shatter resistant plexiglass or polycarbonate covers and a glare reduction screen. Cathode ray tube (CRT) displays will not be allowed. Direct sunlight and/or high internal cabinet temperature shall not cause deterioration of the display. The LCD shall be industrial grade and required to tolerate extreme internal cabinet temperatures. (A cooling kit should be used to maintain the operating temperature range if required). The display screen shall remain functional when wet with precipitation, and must not suffer from "fogging" due to condensation shall occur. It shall have a minimum life of 135,000 hours during which no fading or other degradation shall occur. The Display Screen together with the ADA compliant interface, shall be the primary means of interface between the TVM and patrons. Therefore both shall be user friendly and located close enough to each other to enable eye movement between the two without the necessity to also move one's head. Braille shall be used to comply with ADA guidelines. The display shall indicate amount due upon selection of ticket type and the remaining amount due, continuously updated by the amount accepted. The current time (synchronized with the TVM processor and updated every minute) shall be displayed on the idle screen. Information on the pushbutton configuration, patron display unit, and messages will be submitted to the Department for acceptance. Exhibit D Lynx Fare Collection System Equipment Specifications D 9

260 Ticket Vending Machines All text messages and information displayed shall be capable of being easily modified by the Department.. All such messages shall be configured on the back house equipment and shall be downloaded to the TVMs via both the network and a removable storage media in the event the network is out of order. All messages shall be in English and Spanish with English being the default language. b. Push Buttons The TVMs shall have soft key buttons to allow the customers to make their selections. The buttons shall not be removable from the outside of the TVM, and shall be vandal resistant. All buttons shall be sealed to prevent the intrusion of water. c. Customer Instructions and Feedback The display screen message shall respond to the depression of push buttons and shall provide feedback (visual and audio) throughout the ticket purchasing process, including step by step instructions for purchasing a ticket and error messages responding to improper customer selections. In addition to the display screen, the TVM shall also provide audio beeps and tones to provide feedback to the customer. d. Fare Payment Type/Instructions All payment types accepted including credit cards, U.S. coins and U.S. bill denominations (FSTVMs only) shall be displayed on the exterior of TVMs. General information directing the customer user to the coin and bill slot (FSTVMs only), credit card reader, smart card reader, request receipts shall be displayed on the exterior of TVMs. e. Indication of Special Operating Condition All of the following indications shall be presented on the display screen during applicable special operating conditions: Exact Fare Only No Bills Accepted No Coins Accepted Ticket Type Not Available No Credit, ATM, or Debit Cards Accepted (even if not initially activated) Credit, ATM, and Debit Card Only (even if not initially activated) Receipt not available (even if not initially activated) Time out transaction cancellation warning Out of service Coin Handling System a. General Requirements Coins shall be verified, counted, and, if valid, transferred into escrow. Unacceptable coins shall be rejected individually and sent to the return tray. Upon completion of a Exhibit D Lynx Fare Collection System Equipment Specifications D 10

261 Ticket Vending Machines transaction and issuance of valid fare payment, escrowed coins shall be deposited into the coin recirculation system or into the coin vault if the recirculation system is full. If the FSTVM switches to "Out of Service", the FSTVM times out before the amount due is inserted, or the customer cancels the transaction before the transaction is completed, the same denomination of coins shall be returned to the customer via the return tray. FSTVMs shall dispense change in coin denominations, such that the fewest number of coins are dispensed. b. Coin Slot A single vertically oriented coin slot shall be provided permitting coins to pass without restriction directly into the coin acceptor assembly by the force of gravity. The coin insertion mechanism shall be designed so that liquids entering through the slot flow out of the TVM to avoid damage to the TVM and its components. A mechanical shutter, visible to the patron, shall be used to close the slot between transactions. The coin acceptor slot shutter shall remain closed until a due amount is displayed on the patron display screen. The shutter shall automatically open once a transaction has been selected and the fare has been displayed. The coin slot shall be designed to accept coins readily without a frequent occurrence of dropping once the coin leaves the patron's grasp. The shutter shall close automatically whenever one of the following situations occurs: Fare amount due has been inserted into the TVM. Cancel button has been pressed or the transaction is automatically canceled. Coin vault is full. Coin is jammed. TVM or coin processing unit switches to an out or service condition. The coin slot shall be closed normally except when vending is enabled. All U.S. coins (including $1 coins) shall be accepted, except pennies. The FSTVM shall reject coins, slugs or other objects other than the accepted coins and shall be returned to the customer via the return tray. Design of the coin slot shall minimize the possible entry of foreign objects including liquids and dirt. Where such objects are inserted in the coin slot, the coin tracks and coin acceptor shall have the maximum possible self clearing ability. c. Coin Acceptor The coin acceptor shall be of an electronic type. There shall be both minimal mechanical mechanisms and coins rolling on rails. The coin acceptor shall have proven record of use in fare collection system in a public transit environment. The coin acceptor shall check each coin to ensure that it meets U.S. Department of Treasury standards with regard to diameter, thickness, metal alloy, and mass. The coin acceptor shall reject counterfeit and foreign coins, tokens, and invalid items such as slugs and washers. Coins detected as invalid, such as bent coins, tokens, slugs, washers, counterfeit coins, and foreign coins shall be diverted directly to the coin return tray. Exhibit D Lynx Fare Collection System Equipment Specifications D 11

262 Ticket Vending Machines d. Coin Escrow All coins shall be held in escrow until the ticket transaction has been completed. If the programmed or physical capacity is exceeded, all coins inserted shall be returned and the transaction automatically cancelled. Sensors shall be used to detect a jam in the escrow and to report such an incident. f. Coin Recirculation The FSTVM shall be provided with a coin recirculation system to minimize frequency of machine servicing for coin replenishment. The Vendor shall propose a design solution for the coin recirculation that best meets the following requirements. Receive all U.S. coins(including $1 coins), except pennies from the escrow, if used, or directly from the coin acceptor, and direct the coins to appropriate selfreplenishing coin magazines. Dispense all U.S. coins(including $1 coins), except pennies from the coin magazines. Employ a locking scheme that requires the Treasury Key and adherence to a "menu" procedure and proper personnel identification before removal of a coinrecirculation magazine. Access to coins inside the magazines shall require a Revenue Key. Dump all coins into the coin vault upon an authorized command provided that adequate space exists in the coin vault. Communicate with the Microprocessor Assembly to report specified events and data. The FSTVM control electronics shall monitor the contents of each recirculating unit and shall record any transfer of coins from the coin recirculating units to the coin vault. The data recorded shall include: Date of the action Time of the action Denominations and number of coins for each denomination transferred from the coin recirculating units Denominations and number of coins for each denomination received by the vault Coin Vault Identification receiving the coins g. Coin Vault The coin vault shall provide security for the accepted coins prior to removal to the counting room. The coin vault shall be inserted into the TVM in a unique position. A concealed sensor built into the coin vault compartment shall detect when the coin vault is fully inserted and aligned properly with the coin channel that directs coins into the coin vault. Upon proper insertion into the TVM, the coin vault shall be locked into Exhibit D Lynx Fare Collection System Equipment Specifications D 12

263 Ticket Vending Machines position, with no room for movement. The vault may only be removed using controlled keys retained by authorized Revenue Service personnel. The total amount of money deposited into the coin vault shall be monitored from the time the coin vault is inserted into the TVM until it is removed. h. Non replenishing Supplemental Change Storage Units Supplemental change storage units (SCSU) shall serve as backup to any of the denominations supplied from the recirculation system. The SCSUs shall release coins as change only if coins are not available from the coin recirculation system Bill Handling System a. General Requirements The FSTVM bill handling system shall conform to the following requirements: Designed with the capability to accept all U.S. dollar bills. Accept any new bills issued by the U.S. Treasury for the 15 year life of the TVMs installed at the Department, while retaining the ability to accept those currently in circulation. The bill validator shall be configurable on site to accept those other new bills by means of a software adjustment, a simple hardware adjustment, or both. Include a control system that shall monitor, control, and count all accepted bills by denomination. Include a shutter that shall protect the bill slot against the entry of fluids, when not in use. Be configurable to determine which bills are allowable for acceptance (i.e. only accept $1, $5, $10 and $20 bills). b. Bill Validator The FSTVM bill validator shall conform to the following requirements: Designed with the capability to accept all U.S. bills in any combination, or any one singly. The bill validator shall have the capability to accept any new bills issued by the U.S. Treasury for the 15 year life of the TVMs. Perform checks to verify bill authenticity. Reject counterfeit, foreign, and copied bills. Return rejected bills and hold until forcibly retrieved. Prevent "milking" by physically blocking the forceful retrieval of a bill already accepted or by preventing the manipulation of two bills or any other fraudulent scheme that would result in a ticket value greater than the actual money received or change being given without capturing the correct bills. Be designed based on technology that has a minimum of two years of proven and satisfactory performance record in a public transit environment. Exhibit D Lynx Fare Collection System Equipment Specifications D 13

264 Ticket Vending Machines Use software controlled techniques to activate motors to clear a jam using more than one attempt if necessary. This requirement shall apply to the total path of the bill from the bill validator to the bill box. Minimize motor run time. The motor shall be triggered by an inserted bill and the bill automatically drawn in for authenticity checks. Accept input orientation of bills face up with either end first, or bills face down with either end first (4 way). Not initiate fare payment transaction complete or dispensing of ticket until all money appears in escrow. Accept at least 95 percent of "street condition" bills in each denomination on the first attempt, and at least 97 percent combined first and second attempt. Street condition bills are bills found in everyday customer use that are not torn, creased, crumbled, folded, or worn beyond what is normally found in street condition bills. Acceptance percentage shall be assured by the use of selfadjusting system that accounts for differences between bills in circulation caused by production variances and unique aging changes. c. Bill Escrow Valid bills accepted by the bill validator shall be transported to the bill escrow unit. The escrow shall hold the bills inserted until the selected ticket is dispensed or fare payment added to smart card. If the transaction is completed then the bills in escrow shall be transferred into the bill vault. Upon cancellation, all escrowed bills shall be returned at one time, to a separate bill return slot. The bill escrow shall return up to 15 escrowed bills if transaction is canceled. d. Bill Vault After the ticket has been dispensed, bills shall be transferred to and stacked in the bill vault. The bill vault shall neatly stack up to 1,000 bills. Each bill vault shall be fitted with an electronic device that is encoded with a unique serial number. Each bill vault shall be marked with the serial number and a corresponding bar code on the outside of the container. A device shall be used by the FSTVM to automatically read and identify the bill vault serial number and track the removal and insertion of a bill vault through the FSTVM software and memory. The bill vault shall be inserted into the FSTVM in one unique position only. A concealed sensor built into the bill vault compartment shall detect when the bill vault is fully inserted and aligned properly with the bill acceptor and bill escrow unit. Upon proper insertion into the FSTVM, the vault shall be locked into position, with no room for movement. The total amount of money and number of bills, by denomination, deposited into the bill vault shall be monitored from the time the vault is inserted in the FSTVM until it is removed Credit and Debit Card Subsystem a. General Requirements Exhibit D Lynx Fare Collection System Equipment Specifications D 14

265 Ticket Vending Machines The subsystem for the TVM to accommodate credit and debit cards, including the personal identification number (PIN) key pad, shall be supplied, tested and supported. All software and components of the TVM, aside from a PIN keypad, shall support the use of credit and debit cards for fare payment. b. Card Reader The TVM (FSTVM and CTVM) shall include a card reader that shall be able to read magnetically encoded and smart card credit /debit cards and magnetic stripe tickets. The card reader shall have all of the following capabilities: Read and verify information on credit and debit cards encoded in accordance with current applicable International Organization of Standardization (ISO) and EMV standards Read, verify and accept LYNX and Votran magnetic stripe fare media for transfers Be of the insert and remove type. The reading of the magnetic stripe tracks shall be accomplished by a manual movement of the card passing through fixed heads To detect use of the card to initiate transactions and close the bill and coin shutters To read identification and security data from and to remove and load value onto a secured card c. Receipt Printing A printed receipt shall be provided on credit/debit card transactions, as well as cash transactions. The receipt shall contain all the information required to comply with the "Electronic Fund Transfer Act" as promulgated in the latest revision of Federal Reserve Board, Regulation E. FS Requirements Printed receipts shall have the last 8 digits of the smart card number, date and time of transaction, and TVM number. d. Transaction Processing A connection shall be established between the DSC and a clearinghouse providing all associated DSC software and hardware for purposes of determining validity and approving (or rejecting) bank card transactions initiated at the TVM. The card reader shall transmit card information to DSC, which sends it to the financial institution and/or clearinghouse and requests authorization. The PCI DSS (Payment Card Industry Data Security Standard) shall be required for credit card transactions. Compliance with all relevant PCI security standards and specific card requirements are required and must be demonstrated with proof of current and on going certification throughout the contract period. The provisions of S , F.S., must be complied with including the utilization of the standardized contract between the financial institution or other appropriate intermediaries and the transaction processor. Exhibit D Lynx Fare Collection System Equipment Specifications D 15

266 Ticket Vending Machines Smart Card Subsystem The smart card subsystem shall contain a contactless smart card reader to communicate, read and load values onto contactless smart cards. The contactless smart card reader shall read and verify information at a minimum of 300 milliseconds and in accordance to ISO/IEC standard series (Type A and Type B). The Credit/Debit card readers and PIN Keypads shall be PCI DSS compliant. The TVM contactless smart card reader shall have sufficient memory to store: o 100,000 transaction records o 2,000 route/run records (including time segment records) o 2,000 event/alarm records o Hotlist containing no less than 100,000 Smart Media serial numbers o Positive List containing no less than 100,000 smart media serial numbers Ticket Issuing System (Standard and Limited Use Disposable Smart Cards) a. General Requirements The TVM shall be capable of issuing standard smart cards from magazines/cassettes and limited use disposable smart card tickets from fan fold stacks, rolls or cassettes of cut stock. b. Ticket Stock Description TVMs and other elements of the fare system shall accommodate smart fare media that is ISO/IEC Type A/B compliant. The closed loop smart card and limited use tickets shall be similar in size as a credit card (dimensions specified by ISO/IEC 7810). In addition, TVMs and other elements of the fare system shall have capabilities to use any other forms of media that is ISO/IEC Type A/B compliant (i.e. watches, key fobs, stickers with smart chip etc). For deployment in future phases, the fare system should be provisioned to accept open loop fare media (Credit/Debit cards), Near Field Communication (NFC) devices, and third party smart cards (i.e. government PIV/CAC cards). Closed Loop Smart Card The smart card is intended for recurring use. The expected lifecycle of the smart card shall be a minimum of four (4) years. The smart card shall be fabricated of plasticcoated layers and central layer shall be composed of polyester (PET) plastic. The smart card shall comply with ISO and ANSI INCITS 322 for durability. The antenna shall be as small as 0.75 square inches. The smart card shall be ISO compliant Type A/B. The smart card shall have at a minimum, a pre encoded unique 20 digit permanent serial number on the embedded chip. The unique card number is for establishing a customer s account within the CDCIS. The unique card number shall be printed on the smart card and shall be permanent. The smart card shall be memory card or a microprocessor based card. The smart card shall incorporate a broad range of security protocols to ensure that the card cannot be Exhibit D Lynx Fare Collection System Equipment Specifications D 16

267 Ticket Vending Machines replicated or decrypted by an unauthorized individual using third party smart card readers and or any other unlawful method. The smart card shall employ sophisticated dynamic encryption such as triple Digital Encryption Standard (3DES) or Advanced Encryption Standard (AES) algorithms. Closed Loop Limited Use Ticket The limited use ticket is intended for short term usage. The limited use ticket will be fabricated of durable materials. The limited use ticket shall support account based processing. The limited use ticket shall comply with ISO and ANSI INCITS 410 (LU). The antenna shall be as small as 0.75 square inches. The limited use ticket shall be ISO compliant Type A/B. The limited use ticket shall have at a minimum, a pre encoded unique 20 digit permanent serial number on the embedded chip. The unique limited use ticket number is for establishing a customer s account within the CDCIS. The unique number shall be printed on the limited use ticket and shall be permanent. The limited use ticket shall incorporate a broad range of security protocols to ensure that the ticket cannot be replicated or decrypted by an unauthorized individual using third party smart card readers and/or any other unlawful method. The limited use ticket shall employ sophisticated dynamic encryption such as triple Digital Encryption Standard (3DES) or Advanced Encryption Standard (AES) algorithms. Future Acceptance of Open Loop Smart Media and NFC Devices Open Loop Smart Media (contactless credit/debit cards, prepaid cards and various near field communications devices) will be deployed utilizing the same CDCIS and the equipment offered by the vendor. Contactless credit cards and debit cards, examples being MasterCard PayPass, Visa paywave, AMEX ExpressPay, Discover Zip, issued by financial institutions shall be accepted for the payment of fares in the future. To ensure the acceptance of open loop smart media, the card reader shall have the following but not limited to: ISO Compliancy Provisioning of card readers to be certified and compliant with Europay/MasterCard/Visa (EMV) Level 1 and Level 2 Necessary firmware to encrypt and de encrypt data A programmable sensor shall be provided to detect the level of remaining ticket stock. The level shall be programmable through the CDCIS. A warning alarm shall be sent to the DSC when any supply reaches the programmed level. c. Ticket Jams If a standard smart card jam is detected, the extended use feeder, if inoperable, shall not allow patron to select the extended use card purchase option in the TVM menu. Patrons can only select disposable smart card ticket. Exhibit D Lynx Fare Collection System Equipment Specifications D 17

268 Ticket Vending Machines If a ticket jam is detected, the ticket feeder, if inoperable, shall not allow patron to select the disposable smart card ticket purchase option in the TVM menu. Patrons can only select standard smart card for purchase. If both standard smart card and disposable ticket feeders are inoperable. The TVM will shall switch to the "Out of Service"condition. Appropriate alarms will be sent to the DSC for above conditions. Maintenance personnel shall be able to remove any jams without the use of tools, or disassembling the printer or any other subsystem TVM Control System A microprocessor based electronic control system shall coordinate ticket selection, fare selection, screen messages, money or card acceptance, ticket and change issue, and receipt printing (when required) in response to a customer's input. This system shall also collect and store audit data, perform fault reporting functions, control access security functions, and communicate with the DSC Functional Requirements a. General Requirements In addition to regular ticket issuing, money handling, statistical, and fault monitoring functions, the control system shall provide the operations described below. b. Cancel Operation The TVM shall include a cancel button for canceling the fare selection prior to insertion of the total amount due. The TVM shall return all money (and cards, if held) deposited during the transaction. Pressing the cancel button prior to the insertion of the total fare due shall cancel the last selection. c. Time Out Operation A time out function shall be provided to limit the time between successive steps after initiating a ticket selection. d. On Off Control An easily accessible on off switch shall be provided within the enclosure that shall turn the TVM (power) on or off. The DSC shall monitor use of this switch. e. Audit Registers To provide in the field performance statistics for maintenance staff, the TVM shall maintain internal counts of essential TVM data to allow for full recovery from loss of transactional and fault data. The status of the following conditions shall be possible to determine at all times: Amount of money, by denominations, in each of the currency units including vaults, hoppers and recirculation Number of transactions since last data download, by ticket/fare type and total Exhibit D Lynx Fare Collection System Equipment Specifications D 18

269 Ticket Vending Machines Number of TVM failures since last data downloads TVM events since last data download Total money received, change issued, and overpayment accepted since last data download Amount of money inserted through coin slot to fill recirculation units f. Overpayment When the TVM is unable to provide change, it shall accept payment over the amount due and issue a ticket with the change or add the change to the patrons extended use smart card in the form of stored value. g. Velocity Control To prevent fraud, the TVM shall be designed and programmed for the number of times a patron can use their credit to purchase fare media and the maximum value of payment as define by the Department. h. TVM Diagnostics The control system shall provide detailed TVM functional and operational status when requested by authorized Department personnel via the internal maintenance keypad and internal maintenance screen or via the DSC. i. Clock Each microprocessor control system shall contain its own quartz crystal controlled electronic clock, which shall be used to generate time signals to maintain an accurate record of the year, month, day of the month, and time of day (hour and minutes). The clock shall contain calendar data to determine the year, month, and day, including leap year, without manual intervention for at least 15 years, and shall provide accommodations for automatic correction for daylight savings time over the same period. j. Data Storage and Transfer The TVM shall collect and store data in the TVMs' computer hard drive. The TVM shall transmit the data to the DSC. All event and transaction data shall be transferred to the DSC via the fare collection LAN and CTS. k. Error logs The TVM shall generate error logs accessible by the administrator for diagnostics and troubleshooting. The error logs shall provide: 1. Error number 2. Date 3. Time 4. Severity code 5. Error description Exhibit D Lynx Fare Collection System Equipment Specifications D 19

270 Ticket Vending Machines Auxiliary Power System A rechargeable dry or sealed gel cell battery source shall provide auxiliary power to the control system in the event of power interruptions. This uninterruptible power supply (UPS) shall provide the capability for the TVM to do all of the following: Issue a ticket if the ticket issue cycle is in process at the time of the power interruption Cancel the current transaction and return inserted money if the power failure occurs prior to the ticket issue cycle Perform an orderly shutdown Provide power, for at least one hour, to the TVM systems required to detect a TVM intrusion, activate and power the local alarm, and transmit a continuous intrusion alarm to the Operations Control Center (OCC) After power has been restored to the TVM, regardless of the duration of power interruption, a charger within the TVM shall automatically recharge the UPS Servicing and Maintenance Access a. General Requirements Access to the TVM interior for servicing shall be by the front door. The TVM shall have security and access restrictions on the front door. b. Revenue Servicing Revenue servicing personnel shall have access to the TVM for the following: Replace the coin vault, bill vault, and supplemental change storage units Replenish recirculating units and ticket stock Require access to remove each of the money containers c. Maintenance Access Maintenance personnel shall have access to all components of the TVM except the money containers. d. Security The design and manufacture of the TVM, including all removable sealed money containers (coin vaults, bill vaults, coin recirculation units, and non replenishing supplemental change storage units) shall ensure the highest degree of security. Cabinet design shall provide protection against vandalism, burglary, and/or removal of the TVM from the pad installation site. The design of the TVM shall also prevent access to the locking mechanisms and ticket stock through any of the cabinet openings. e. TVM Access Method Opening the front door of the TVM shall require engagement of the locking mechanism with the proper keying device. When the front door of the TVM is closed, no gaps shall Exhibit D Lynx Fare Collection System Equipment Specifications D 20

271 Ticket Vending Machines exist between the door panel and the cabinet, to prevent the door from being pried open. f. Local Alarm The local alarm shall be a siren type alarm and shall sound for a time period adjustable from zero seconds up to the entire time the front door is open. The adjustable duration shall be programmable from the DSC and set initially to the entire time the front door is opened without valid access codes. The TVM shall recognize the door as being open for all times when the door panel is 1/4 inch from its closed and locked position, along the side opposite the hinges. The local alarm shall activate after the allowable access authorization time expires. g. Locks and Keys All lock cylinders used in the Fare Collection Equipment shall be of a high security, pick resistant design with angled key cuts, rotating tumblers, a keyway side biting and a slider mechanism or equivalent Light Fixture The TVM shall be provided with a lighting fixture to illuminate the entire front side of the TVM. The lighting fixture shall be constructed out of the same material as the cabinet in a manner to keep out dirt, moisture, and insects. The fixture shall be controlled by a photocell that shall automatically switch the light on when the ambient light conditions outside the TVM fall below 20 foot candles and switch it off when the light conditions rise above 20 foot candles. A by pass switch shall be provided on the interior of the TVM to permit the lighting fixture to be manually turned on and off. The light fixture shall contain a complete fluorescent lamp circuit and shall be constructed to allow easy replacement of the fluorescent lamps Circuit Breakers Each TVM equipment enclosure shall contain a master circuit breaker to remove power from the entire unit. Additionally, each modular component, shall have a protective device as required by equipment design, and each protective device shall be clearly labeled as to its use Cabinet The TVMs shall be designed to operate in covered but open locations. The equipment enclosure for the TVMs shall be of stainless steel. The top of the TVM shall slant to the rear of the TVM to prevent any accumulation of rain. The interior of the equipment shall be designed to allow easy and safe access to service equipment and sub assemblies Air Circulation Units The ventilation, cooling and/or heating shall be designed to ensure that all TVM equipment operates within the manufacturer's specified operating conditions when installed and subject to the site environmental conditions as defined in System Requirements, Section Operating Environment Requirements. Any slots or Exhibit D Lynx Fare Collection System Equipment Specifications D 21

272 Ticket Vending Machines openings for air circulation and ventilation shall incorporate standard commercially available filters into the openings Drainage Adequate drainage shall be provided to prevent moisture or water accumulation inside the TVM cabinet. Additional drains shall be provided in return trays that drain to the exterior of the TVM TVM Data The TVM shall monitor and record transaction and events data. All data, monitored and recorded, shall initially be stored in the TVM. All event and transaction data shall subsequently be transferred to the DSC Alarm Transmission The TVM shall include all required hardware and software to indicate a problem (alarm condition) requiring attention. The software program shall provide continual remote monitoring. For each alarm event, the TVM shall transmit, in real time, a status report containing detailed information regarding the nature of the alarm event. The transmission of alarm events shall be organized according to the following priority levels: Intrusion/security violation Out of Service Revenue service Maintenance Audit Ticket Data At a minimum, all of the following types of audit tickets shall be available from each TVM and shall be printed on journal ticket stock: Revenue Audit Ticket Sales Audit Ticket Recovered Money Audit Ticket Collection Audit Ticket Status Audit Ticket Diagnostics Audit Ticket Service Audit Ticket Replenish Money Audit Ticket All audit tickets shall present the following information: Title or type of audit ticket TVM number Exhibit D Lynx Fare Collection System Equipment Specifications D 22

273 Ticket Vending Machines Employee I.D Date and time audit ticket was printed DELIVERABLES Customer User Interface design Color sketch and color diagram of the front layout of the TVM Display screen type and design Means of illumination to direct customer Display messages Updated instructions to change display message Instructions for changing display messages including audio Sequence of steps Graphics and text in compliance with ADA Type, size and location of fixation and structural composition of the serial number identification Procedure and equipment to modify coins accepted Updated procedure to modify coins Procedure for re configuring the non replenishing Supplemental Change Storage Units (SCSUs) Updated procedure for SCSU Hardware adjustments for the Bill Acceptor Personal Access Card graphics Methodology to prevent unauthorized software changes Document to implement smart card electronic payment functions Description of all smart card electronic payment provisions included Technical details of smart card (including minimum stored value capabilities) Security and safeguards of card operation system Keypad commands, internal displays and audible tones Step by step instructions, audio beep/tones and error messages List of functional and operational status Out of service indication Proposed methodology for transferring data from a non volatile memory storage device to the CDCIS Detailed shutdown and start up procedures Complete list of events to be transmitted to the DSC Final list of events to be transmitted to the DSC List of error codes and their definitions Format of statistical data storage Security arrangements designed and manufactured into the TVM List of Service Codes Alarm design and method of deactivation Alarm hardware and software program Exhibit D Lynx Fare Collection System Equipment Specifications D 23

274 Ticket Vending Machines Alarm limits for interface characteristics Security lock and design Number of keys to be kept by the Vendor through Warranty period Exhibit D Lynx Fare Collection System Equipment Specifications D 24

275 Station Platform Ticket Validator 3.1 General Exhibit D Lynx Fare Collection System Equipment Specifications 3.0 Station Platform Ticket Validator This section describes the requirements for the Station Platform Ticket Validators (SPTVs) to be installed on station platforms Submittals The technical specifications submission made by the Vendor in its Technical Proposal, for Station Platform Ticket Validator equipment and installation including reliability rates for the system implementation and schedule for the design, manufacturing, implementation, testing and acceptance of the equipment, is incorporated herein by reference. 3.2 Products Design Features The Vendor shall supply the SPTV as an independent component to be installed on station platform. The design features are identical for each independent SPTV supplied under this contract. The SPTVs shall include all of the design features listed below: Small, compact units that can be easily installed on station platforms Designed and installed to operate in the environmental conditions of the Central Florida area Simple passenger interfaces that allow for rapid boarding and alighting. Smart card target shall be designed in a prominent and accessible style All ADA standards including those for the hearing and visually impaired and installed at a max height between 48 inches and 54 inches from the platform floor Functional Requirements a. General Requirements The SPTVs shall operate on power from a source on each station platform. A rechargeable dry or sealed gel cell battery source shall provide auxiliary power to the control system in the event of power interruptions. b. Smart Card Validation Each SPTV shall allow for contactless validation of both smart card and ticket media. The SPTV units shall have the capability to deduct the appropriate fare from the smart card based on passenger boarding and alighting zone. The SPTV contactless smart card reader shall have sufficient memory to store: D 25

276 Station Platform Ticket Validator 100,000 transaction records 2,000 event/alarm records Hotlist containing no less than 100,000 Smart Media serial numbers Positive List containing no less than 100,000 smart media serial numbers c. Customer User Interface Each SPTV shall have a visual display screen that has the capability to display text messages. Customer Instructions and Feedback o Each SPTV shall give instantaneous notification of card acceptance or rejection via a distinct audible tone and visible notification. o The SPTV s visual display shall indicate card read errors by error type and display a short message instructing the customer as to the appropriate action required to remedy the error. Out of Service Indication o The SPTV s visual display shall indicate to customers that the SPTV is out of service in the event that the SPTV is inoperative. d. Validator Control and Data Transfer System The SPTVs shall provide data transfer to the central data collection and information system via the fare collection LAN and CTS. The SPTVs shall poll the CDCIS at different intervals throughout the day to download and upload hotlists, positive lists, threshold autoloads and directed autoloads. The SPTVs shall have the ability to be monitored remotely for maintenance and system status. e. Error logs The SPTV shall generate error logs accessible by the administrator for diagnostics and troubleshooting. The error logs shall provide: 1. Error number 2. Date 3. Time 4. Severity code 5. Error description 3.3 Execution Performance Requirements The SPTV module shall instantaneously process RF equipped smart cards and deduct the appropriate fare upon validation at a minimum of 300 milliseconds. DELIVERABLES Scaled color sketch of front panel Exhibit D Lynx Fare Collection System Equipment Specifications D 26

277 Station Platform Ticket Validator All graphics, including text, to be displayed on the TVM to direct customers to the validator Installation and wiring plan for the SPTVs to interface with station platform validator pedestal and TVMs on station platforms Data transfer plan that details data transfer to the central data collection and information system via the fare collection LAN and CTS. All software, hardware, and networking specifications Exhibit D Lynx Fare Collection System Equipment Specifications D 27

278 Handheld Ticket Validator 4.1 General 4.0 Handheld Ticket Validator This section describes the requirements for the Handheld Ticket Validators (HHTVs) to be installed as an independent component on board passenger coaches Submittals The technical specifications submission made by the Vendor in its Technical Proposal, for Handheld Ticket Validator equipment including reliability rates for the system implementation and schedule for the design, manufacturing, implementation, testing and acceptance of the equipment, is incorporated herein by reference. 4.2 Products Design Features The Vendor shall supply the HHTV as an independent component to be used by Conductors and other fare enforcement personnel to use on passenger coaches and cab cars to inspect smart cards to ensure valid payment of fares. The design features are identical for each HHTV supplied under this contract Functional Requirements a. General Requirements The subsystem for the HHTV to accommodate credit and debit cards, including the personal identification number (PIN) key pad, shall be supplied, tested and supported. All software and components of the HHTV, aside from a PIN keypad, shall support the use of credit and debit cards for fare payment. The HHTVs shall operate on a rechargeable battery power source. b. Smart Card Validation Each HHTV shall allow for contactless reading of both smart card and ticket media via remote radio frequency (RF) interface. The HHTV units shall have the capability to detect the appropriate fare from the smart card based on passenger boarding and alighting zone. c. Card Reader The HHTVs shall include a card reader that shall be able to read magnetically encoded and smart card credit /debit cards and magnetic stripe tickets. The card reader shall have all of the following capabilities: Read and verify information on credit and debit cards encoded in accordance with current applicable International Organization of Standardization (ISO) (Type A and B) and EMV standards Exhibit D Lynx Fare Collection System Equipment Specifications D 28

279 Handheld Ticket Validator To read identification and security data from and to remove and load value onto a secured card d. Receipt Printing A printed receipt shall be provided on credit/debit card transactions, as well as cash transactions. The receipt shall contain all the information required to comply with the "Electronic Fund Transfer Act" as promulgated in the latest revision of Federal Reserve Board, Regulation E. FS Requirements Printed receipts shall have the last 8 digits of the smart card number, date and time of transaction, and HHTV number. e. Transaction Processing A connection shall be established between the CDCIS and a clearinghouse and providing all associated CDCIS software and hardware for purposes of determining validity and approving (or rejecting) bank card transactions initiated at the HHTV. The card reader shall transmit card information to CDCIS, which sends it to the financial institution and/or clearinghouse and requests authorization. The PCI DSS (Payment Card Industry Data Security Standard) shall be required for credit card transactions. Compliance with all relevant PCI security standards and specific card requirements are required and must be demonstrated with proof of current and on going certification throughout the contract period. The provisions of S , F.S., must be complied with including the utilization of the standardized contract between the financial institution or other appropriate intermediaries and the transaction processor. f. Smart Card Subsystem The smart card subsystem shall contain a contactless smart card reader to communicate, read and load values onto contactless smart cards. The HHTV contactless smart card reader shall have sufficient memory to store: 100,000 transaction records 2,000 event/alarm records Hotlist containing no less than 100,000 Smart Media serial numbers Positive List containing no less than 100,000 smart media serial numbers g. Conductor Interface Each HHTV shall have a visual display screen that has the capability to display text messages. Conductor Instructions and Feedback o Each HHTV shall give instantaneous notification of card acceptance or rejection via a distinct audible tone and visible notification. o The HHTV s visual display shall indicate card read errors by error type and display a short message instructing the Conductor as to the appropriate action required to remedy the error. Out of Service Indication Exhibit D Lynx Fare Collection System Equipment Specifications D 29

280 Handheld Ticket Validator o The HHTV s visual display shall indicate to the Conductor that the HHTV is out of service in the event that the HHTV is inoperative. h. Validator Control and Data Transfer System The HHTVs shall be equipped with wireless technology (i.e. Wi Fi) that allows for remote data transfer to the central data collection and information system via wireless access points on coach cars or at stations and at maintenance facilities. The HHTVs shall poll the CDCIS at different intervals throughout the day to download and upload hotlists, positive lists, threshold autoloads and directed autoloads. The HHTVs shall have the ability to be monitored remotely for maintenance and system status. i. Error logs The HHTV shall generate error logs accessible by the administrator for diagnostics and troubleshooting. The error logs shall provide: 1. Error number 2. Date 3. Time 4. Severity code 5. Error description 4.3 Execution Performance Requirements The HHTV module shall instantaneously process RF equipped smart cards and deduct the appropriate fare upon validation at a minimum of 300 milliseconds. DELIVERABLES Scaled color sketch of front panel Data transfer plan that details wireless technology that allows for remote data transfer to the central data collection and information system via wireless access points on coach cars or at stations and at maintenance facilities. All software, hardware, and networking specifications Exhibit D Lynx Fare Collection System Equipment Specifications D 30

281 On Board Smart Media Processor 5.1 General 5.0 On Board Smart Media Processor The Department s CFCRT Project will be designed to support fully integrated, seamless transfers between LYNX and Votran feeder bus services to/from CFCRT stations. In order to accomplish this goal, the fare collection systems for SunRail, LYNX, and Votran need to be fully integrated so that passengers can readily transfer between the bus and rail services. LYNX and Votran fareboxes onboard buses will need to be able to read SunRail fare media, and SunRail Ticket Vending Machines and Station Ticket Validators need to be able to read Lynx and Votran fare media. Two options have been identified to achieve this goal: 1. Software upgrades and or retrofitting of LYNX and Votran bus fare collection equipment (compatible with GFI Genfare Odyssey or equivalent) 2. Installation of separate SunRail compatible ticket validator units on board LYNX and Votran. This section describes the requirements for option 2, the On Board Smart Media Processor (OSMP) to be installed as an independent component for ticket validation on LYNX and Votran buses. The Vendor shall propose its best solution, not limited to the two identified options, and shall be responsible for providing technical specifications for its best solution to making SunRail, LYNX and Votran fare equipment compatible Submittals The technical specifications submission made by the Vendor in its Technical Proposal, for On Board Smart Media Processor equipment and installation, or their best solution, including reliability rates for the system implementation and schedule for the design, manufacturing, implementation, testing and acceptance of the equipment, is incorporated herein by reference. 5.2 Products Design Features The Vendor shall supply the OSMP consisting of two distinct modules: The Patron Antenna and Display (PAD) typically installed adjacent to the farebox, The Operator Control and Display (OCD), typically installed on the vehicle dashboard, as an option. It is desired that the OCD functions are performed through the On board Mobile Data Terminal (MDT) currently installed on the LYNX vehicle fleet. The vendor shall be responsible for building, testing and implementing an acceptable interface to the MDT that supports all the functionality of OCD. Exhibit D Lynx Fare Collection System Equipment Specifications D 31

282 On Board Smart Media Processor Functional Requirements a. General Requirements The functionality of the OSMP, in conjunction with LYNX Mobile Data Terminal (MDT) shall be as follows: Process all acceptable forms of contactless smart media including standard use and limited use ISO Type A and B, and NFC controlled fare media. Be able to initiate and process various card security protocols and credentialing including Personal Identity Verification (PIV) standards. Verify rider class and validate fare products Retain in non volatile memory, the current and at least two alternative fare tables. Accept downloads via a secure encrypted data communications link. Maintain date and time of day by an internal clock, which shall maintain % accuracy and shall synchronize time from a network controlled source or from atomic time clock as approved by LYNX during the architecture design process. Store a list of known invalid fare media serial numbers. Monitor all smart media usages to prevent use of any unlimited ride media products Respond to Operator's choice of action. Display the validity, value, instructions, notices, and other information to the Patron and the Operator. Be able to process card based electronic transfers configurable by LYNX. Register and store transaction data. Annunciate transaction results using a combination of distinct audible tones, three color light display, and synthesized voice messages. Utilize an industry standard interface such SAE J 1708, Ethernet, RS 232, etc., to communicate with the installed smart bus system and/or adjacent farebox to provide single operator login capability, and to display farebox transaction information. Employ an internal Network Interface Card (NIC) compliant with IEEE g and i (with Advanced Encryption Standard (AES) encryption) to interface with the LYNX provided Wi Fi network to communicate with a central system to receive commands, transmit, and receive data regarding sales, revenue, accounting, status, and action list information. Have the capability of communicating with the back office system through 4G LTE or better mobile network permitting real time data communication for card validation and/or other time sensitive data. Preliminary design drawings of the OSMP, its constituent modules and all major assemblies, shall be submitted. The OSMP shall be modular, so that it does not need to be replaced in its entirety to increase memory capacity, to upgrade processing Exhibit D Lynx Fare Collection System Equipment Specifications D 32

283 On Board Smart Media Processor performance, or to maintain compatibility with ISO/IEC 14443, and ANSI410 standards as they develop. When installed, the OSMP shall meet all ADA requirements. Contractor shall be responsible for the design of the installation of the OSMP for each vehicle type, and shall supply all mounting hardware as required. The proposed location, mounting positions and methods of the PAD and OCD on the various vehicle types, including all handrail modifications, shall be submitted for LYNX review at the Preliminary Design Review, and for LYNX approval at the Final Design Review. A complete description of the functionality of the OSMP, including its data integration with the farebox, shall be provided for LYNX review and approval at each stage of the design review, with the final document fully describing the operation, capabilities, and functionality as described within this section. Sufficient detail shall be provided to permit verification that all required functions are satisfactorily included OSMP Modules a. Passenger Antenna and Display This module shall: Be housed in a compact enclosure constructed of service tested materials Include suitable space for decals and labels to convey any branding or other LYNX specific graphics, including ADA required Braille and raised lettering. Be accessible for maintenance or removal by use of high security key, Be mounted on handrails or other suitable surfaces, employing hardware that shall accommodate all vehicle types in LYNX's fleet. Be connected to and communicate with the OCD or LYNX MDT Contain the ISO/IEC 14443, and ANSI 410 compliant read/write antenna and support circuitry, Be controlled by an Electronic Control Unit or microprocessor, Have a suitable glare resistant display screen, located so the display remains fully visible when the passengers tag Smart Media to the antenna, regardless of which hand used, Include multi colored lamps or LEDs to convey transaction results, Include a synthesized voice message system (text to speech) that "reads" the content of the PAD display through a speaker, Use non volatile memory, microprocessor and integrated electronics to support Smart Media Technology (SMT) functionality Exhibit D Lynx Fare Collection System Equipment Specifications D 33

284 On Board Smart Media Processor Include an integrated commercially available ISO/IEC compliant Type A and B contactless Smart Media Processor (SMP) b. Operator Control and Display The OCD shall: Be used to command the OSMP to alter fare sets. Have a sealed keypad with a minimum of 20 push buttons having tactile feel and audible feedback, including digits 0 through 9, ENTER, CANCEL, and at least 8 configurable function keys. Include a color backlit liquid crystal display (LCD) that is glare resistant, provides adjustable contrast, is capable of displaying in all ambient lighting conditions the full ASCII character set, is fully dot addressable and able to display graphic "bitmapped" icons and images Be used to log on by keying data into the unit, which shall then be transmitted to the OSMP, the farebox and/or the installed smart bus system. Be at all times synchronized with the PAD, so information displayed on the PAD shall be simultaneously displayed on the OCD. Shall also include three LED lamps in red, yellow, and green, which shall be visible in all ambient lighting conditions. These lamps illuminate in tandem with the LED status lamps on the PAD. Be capable of emitting at least 8 distinct sounds or sound patterns, of sufficient volume to be heard in an operating vehicle, volume and all sound patterns shall be user adjustable. Be housed in a compact enclosure constructed of revenue service tested materials. Permit installation on the vehicle dashboard or other appropriate location, facing the operator. The mounting hardware shall allow the operator to alter the position and orientation for ease of button operation and display viewing. Require the use of a high security key to remove the device from its mounting. The OCD enclosure and all functionality shall be subject to review at the Preliminary Design Review OSMP Operations a. Status Lamps Both modules of the OSMP (PAD and OCD) shall include three LED lamps in red, yellow, and green, which shall be visible in all ambient lighting conditions. The operation of the LEDs shall be LYNX configurable, but shall by default, operate or provide functionality to operate as below. Please note that these are general operational requirements and the vendor is encouraged to submit alternate configuration for consideration and approval by LYNX. Exhibit D Lynx Fare Collection System Equipment Specifications D 34

285 On Board Smart Media Processor Illumination Red Only Red Only (Blinking) Yellow Only Yellow Only (Blinking) Green Only Red and Green Yellow and Green Red and Yellow Condition Indicated A Smart Media transaction has failed due to media being hot listed, or having no valid pass, or insufficient value Smart Media is valid, but the pass is nearing expiration or the value is low. Remaining days and value thresholds shall be LYNX configurable. OSMP memory is nearing capacity or the OSMP has not exchanged data with the CDCS for an LYNX adjustable period OSMP is out of service Smart Media transaction is successful Smart Media has an unexpired pass, but the pass is not valid for the current fare setting Not defined, reserved for future use. These combinations shall be available and assignable to transaction results or other events, but shall be inactive at the time of SMT System delivery. After each transaction, the LEDs shall remain illuminated for an LYNX configurable time defined herein as the Inter transaction time out, or until another Smart Media transaction is initiated. The operation of the Status Lamps shall be subject to LYNX review and approval at the Preliminary Design Review. b. Audible Tones OSMP shall be capable of emitting at least 8 distinct sounds or sound patterns. All sounds emitted by the OSMP shall be of sufficient volume to be heard by the patron and the operator while the vehicle is in operation. The volume of all sounds and sound patterns shall be LYNX adjustable, as well as assignable. Each combination of LEDs shall have a distinct sound or sound pattern assigned. Please note that these are general operational requirements and the vendor is encouraged to submit alternate configuration for consideration and approval by LYNX. The sounds and sound patterns shall be demonstrated for LYNX review and approval at the Preliminary Design Review. c. OSMP Smart Media Processor The OSMP shall have a commercially available ISO/IEC compliant Type A and B contactless Smart Media processor (SMP). The Smart Media Processor shall be located such that patrons can easily tag their Smart Media. When using the system to pay the fare, the patron will present the smart media to the OSMP. The OSMP will check the Exhibit D Lynx Fare Collection System Equipment Specifications D 35

286 On Board Smart Media Processor smart card against the negative and positive list, rider class and validate the fare product. The transaction time for interaction between the smart card and transaction approval/denial shall be less than 300 milliseconds if the OSMP does not have to communicate in real time with the back office. In the event that OSMP has to communicate with the back office in real time, the transaction time for interaction between the smart card and transaction approval/denial shall be no more than 700 milliseconds. The purpose of this requirement shall be to increase the passenger throughput and acceptable transaction experience without having any negative effect on on time performance. The OSMP must be capable to accommodate varies fare structure ranging from: Flat fare Zone based Distance based Time based Special events Linked trips Time sensitive products The OSMP antenna shall be energized and ready to conduct a transaction whenever the OSMP is in service. d. Smart Card Reader The OSMP smart card reader must be capable of processing various card types and applications effectively. The OSMP shall be robust enough to operate properly in the service environment, including shocks and vibrations experienced while operating in an on board environment. The OSMP smart card reader shall meet the following minimum requirements: Processor cards (ISO 14443, Type A and B) Processor: ARM 9 Flash Memory: Configurable 32 to 128 MB Smart Card read/write speed ~ 100kbps Operating distance up to 70millimeter Operating Temperature: 4F to +140F Storage Temperature: 22F to + 185F Operating Humidity 20 ~99 % e. Issuing Stored Value The OSMP should have the capability to issue store valued for patrons who paid above the default fare i.e. if the single fare is $2.00 and patron pays with a $5.00 bill. The remaining change in the amount of $3.00 should be issued as stored value on the patron s smart card. Exhibit D Lynx Fare Collection System Equipment Specifications D 36

287 On Board Smart Media Processor f. Transaction Records The OSMP shall store transaction records for each transaction performed. Each transaction record shall be unique within the SMT system. The structure and layout of all transaction records shall be subject to LYNX review and approval at the Preliminary and Final Design Reviews. g. Event Records The OSMP shall be capable of detecting internal malfunctions. The malfunction detection shall cover at least failure of power or control circuitry, opening of an access panel, and any failure of the fare media read/write unit that could result in a false, incomplete, or corrupted encoding of a fare media. Out of service conditions shall be communicated on the OCD and PAD displays. The information displayed shall indicate the type of failure that caused the machine to shut down. A description of the maintenance and service indicators for the OSMP shall be submitted for LYNX review and approval at the Preliminary Design Review. The OSMP shall generate an event transaction record for each of the following actions or incidents as a minimum: Fare unit data transfer action; Operator log on and log off; Failure or performance incidents, for use by maintenance personnel; Event records shall be created at the OSMP whenever, at a minimum, any of the following events takes place: 1. The operator logs on with operator number and other log on information; 2. The operator creates a route/run record; 3. End of transit business day (LYNX programmable, default is 3:00 AM); 4. Communication between the OCD and PAD fails; 5. Communication between the OCD and PAD is restored; 6. The fareboxlosmp data transfer starts; 7. The fareboxlosmp data transfer ends; 8. The OSMP internal clock fails; 9. The OSMP internal clock is reset; 10. The transaction record storage is about to overflow (LYNX programmable memory percentage); 11. Changing from one fare table to another; 12. OSMP powers off; OSMP powers on; 13. Operator log off; 14. Unsuccessful data transfer of transactional data; 15. Successful download of OSMP configuration data; 16. Unsuccessful download of OSMP configuration data; 17. OSMP errors and failures; Security errors and intrusions; Exhibit D Lynx Fare Collection System Equipment Specifications D 37

288 On Board Smart Media Processor h. Diagnostics Internal diagnostic programs shall check the OSMP for proper performance each time it is turned on, and after every operator login and log off. When the performance of any parameter is not according to specification, the OSMP shall go out of service and provide visual and audible indication. The detected deficiency shall be recorded in the OSMP's memory for later extraction. A description of the OSMP's diagnostic functions shall be submitted for LYNX review at the Preliminary Design Review, and for LYNX approval at the Final Design Review. i. Data Storage All transactions, events, and other dynamic data shall be stored in non volatile memory. At minimum, the OSMP shall have sufficient memory to store: 100,000 transaction records 2,000 route/run records (including time segment records) 2,000 event/alarm records Hotlist containing no less than 100,000 Smart Media serial numbers Positive List containing no less than 100,000 smart media serial numbers. This list shall store selected known smart media numbers which can be used in the system without further verification required. Such smart media numbers shall include those of Employees and Customers (for which autoload services have been enabled and remain authorized). This memory shall be backed up with a physically separate and removable, redundant data module. This redundant memory module shall be non volatile memory. j. Data Communications All communications shall be performed via a standard IEEE n wireless LAN technology. The OSMP shall communicate with the wireless communications system at each bus facility. All wireless LAN hardware shall also comply with IEEE i for network security. Functionality to be provided shall include the following as a minimum: Uploading of all OSMP stored transaction, event, and route/run data; Downloading of all parameter and fare table information to the OSMP; Downloading of all data configuration modifications to the OSMP; Downloading of the invalid fare media list to the OSMP; Clock synchronization; Communication verification; Downloading of current geographic location information to the OSMP; Provide program/software updates to the OSMP k. Mobile Communications via 4G LTE or WiMax To support real time transaction between the OSMP devices and the CDCIS (back office), the contractor shall utilize wireless broadband communication systems for the transmission of transaction data to the back office and clearinghouse system for Exhibit D Lynx Fare Collection System Equipment Specifications D 38

289 On Board Smart Media Processor authorization and settlement. This will be achieved by 4G or better current technology for real time data communications. 4G will consist of WiMAX or LTE depending on design requirements and latency issues. Latency across the wireless portion of network for buses over LTE will be no more than 40 milliseconds on 4G signals. All of the communications parameters are subject to review and acceptance by LYNX during the design reviews. l. Software Upgrades The OSMPs shall have the ability to accept software upgrades via a remote connection to a CDCIS where the software publishes will be orchestrated and issued by a system administrator. The automatic remote software download from the CDCIS to the OSMP shall achieve a 95% success rate when the software downloads are sent to the devices used in actual revenue operation over the production communications network used in actual operation. This functionality must be demonstrated by concurrently upgrading the software via a software publish from CDCIS to a minimum of 5 devices using the production communications configuration. m. Error logs The OSMP shall generate error logs accessible by the administrator for diagnostics and troubleshooting. The error logs shall provide: 1. Error number 2. Date 3. Time 4. Severity code 5. Error description 5.3 Execution Performance Requirements The POSMs module shall instantaneously process RF equipped smart cards at a minimum of 300 milliseconds. DELIVERABLES Scaled color sketch of front panel All software, hardware, and networking specifications Exhibit D Lynx Fare Collection System Equipment Specifications D 39

290 Point of Sale Machine 6.1 General 6.0 Point of Sale Machine This section describes the requirements for the Point of Sale Machines (POSMs) to be installed as an independent component at retail outlets Submittals The technical specifications submission made by the Vendor in its Technical Proposal, for Point of Sale Machine equipment and installation including reliability rates for the system implementation and schedule for the design, manufacturing, implementation, testing and acceptance of the equipment, is incorporated herein by reference. 6.2 Products Design Features The Vendor shall supply the POSM as an independent component to be used at retail outlets for payment of fares, reloading value on smart cards, and selling smart cards. The design features are identical for each POSMs supplied under this contract Functional Requirements a. General Requirements The subsystem for the POSMs to accommodate credit and debit cards, including the personal identification number (PIN) key pad, shall be supplied, tested and supported. All software and components of the POSM, aside from a PIN keypad, shall support the use of credit and debit cards for fare payment. The POSMs shall operate from a power source supplied by the retail outlet and shall operate in temperatures from 32 degrees to 104 degrees Fahrenheit under 5% to 90% relative humidity. Each POSM shall allow personalization for the POSM location. b. Card Reader The POSMs shall include a card reader that shall be able to read magnetically encoded and smart card credit /debit cards and magnetic stripe tickets. The card reader shall have all of the following capabilities: Read and verify information on credit and debit cards encoded in accordance with current applicable International Organization of Standardization (ISO) (Type A and B) and EMV standards To read identification and security data from and to remove and load value onto a secured card c. Receipt Printing Exhibit D Lynx Fare Collection System Equipment Specifications D 40

291 Point of Sale Machine A printed receipt shall be provided on credit/debit card transactions, as well as cash transactions. The receipt shall contain all the information required to comply with the "Electronic Fund Transfer Act" as promulgated in the latest revision of Federal Reserve Board, Regulation E. FS Requirements Printed receipts shall have the last 8 digits of the smart card number, date and time of transaction, and POSM number. d. Report Printing Various reports shall be made available through the POSM user interface to allow the administrator and clerk to print data collected, number of daily and monthly cash sales, credit sales and debit sales. e. Transaction Processing A connection shall be established between the CDCIS and a clearinghouse and providing all associated CDCIS software and hardware for purposes of determining validity and approving (or rejecting) bank card transactions initiated at the POSM. The card reader shall transmit card information to CDCIS, which sends it to the financial institution and/or clearinghouse and requests authorization. The PCI DSS (Payment Card Industry Data Security Standard) shall be required for credit card transactions. Compliance with all relevant PCI security standards and specific card requirements are required and must be demonstrated with proof of current and on going certification throughout the contract period. The provisions of S , F.S., must be complied with including the utilization of the standardized contract between the financial institution or other appropriate intermediaries and the transaction processor. f. Velocity Control To prevent fraud, the TVM shall be designed and programmed for the number of times a patron can use their credit to purchase fare media and the maximum value of payment as define by the Department. g. Smart Card Subsystem The smart card subsystem shall contain a contactless smart card reader to communicate, read and load values onto contactless smart cards. The subsystem shall allow the user to undo the last transaction. The POSM contactless smart card reader shall have sufficient memory to store: 100,000 transaction records 2,000 event/alarm records Hotlist containing no less than 100,000 Smart Media serial numbers Positive List containing no less than 100,000 smart media serial numbers h. User Interface Each POSMs shall have a visual display screen that has the capability to display text messages. User Instructions and Feedback Exhibit D Lynx Fare Collection System Equipment Specifications D 41

292 Point of Sale Machine o Each POSMs shall give instantaneous notification of card acceptance or rejection via a distinct audible tone and visible notification. o The POSM s visual display shall indicate card read errors by error type and display a short message instructing the user as to the appropriate action required to remedy the error. Out of Service Indication o The POSM s visual display shall indicate to the user that the POSMs is out of service in the event that the POSMs is inoperative. i. User Access The POSMs shall offer administrative level user access and clerk level user access. Each user shall be provided an ID and password to logon to the POSM. 1. Clerk Access The clerk shall be able to: a. Read smart card b. Add value and products to the card c. Undo the last transaction d. Reprint receipts e. Run Daily, Monthly and Transaction detail reports 2. Adminstrator Access The administrator shall be able to perform all clerk activities as well as: a. Add user ID and assign the user ID to either administrator access or clerk access; b. Delete users c. Change passwords d. Issue a data upload e. Run diagnostics for troubleshooting j. Data Transfer System The POSMs shall be equipped with an Ethernet connection that allows for remote data transfer to the central data collection and information system. The POSMs shall have the ability to be monitored remotely for maintenance and system status. The POSMs shall poll the CDCIS at different intervals throughout the day to download and upload hotlists, positive lists, threshold autoloads and directed autoloads. The POSMs shall generate event data and transaction data where the event data indicates operational status and the transaction data is inclusive of all transactions since the last poll. k. Software Upgrades The POSMs shall have the ability to accept software upgrades via a remote connection to a CDCIS where the software publishes will be orchestrated and issued by a system administrator. The automatic remote software download from the CDCIS to the POSM shall achieve a 95% success rate when the software downloads are sent to the devices used in actual revenue operation over the production communications network used in actual operation. This functionality must be demonstrated by concurrently upgrading Exhibit D Lynx Fare Collection System Equipment Specifications D 42

293 Point of Sale Machine the software via a software publish from CDCIS to a minimum of 5 devices using the production communications configuration. k. Error logs The POSM shall generate error logs accessible by the administrator for diagnostics and troubleshooting. The error logs shall provide: 1. Error number 2. Date 3. Time 4. Severity code 5. Error description 6.3 Execution Performance Requirements The POSMs module shall instantaneously process RF equipped smart cards at a minimum of 300 milliseconds. DELIVERABLES Scaled color sketch of front panel All software, hardware, and networking specifications Exhibit D Lynx Fare Collection System Equipment Specifications D 43

294 Central Data Collection & Information System 7.1 General Description 7.0 Central Data Collection & Information System This section specifies the requirements for the Central Data Collection & Information System (CDCIS) to be furnished under the Contract. All fare collection and validation equipment shall communicate with the CDCIS (i.e. back office ) for transfer of all stored data and transfer of equipment parameters. The CDCIS will be an ACCOUNT BASED SYSTEM and all fare product and customer information will reside on the account level and not on the smart card itself. In the account based system, the data stored on the issued smart media will only be used as a means to identify the smart card uniquely and be linked to an account within the CDCIS. Fare products purchased or reloaded (stored value, trips, passes, transfers) will be associated to the account within the CDCIS. The accounts will be accessed and verified each time the smart media is presented (tapped) to a contactless reader. Fare processing will apply the transfer rules, fare policy rules, and fare calculation will occur in the CDCIS. Designing and implementing an account based system will be the key for future proofing of payment infrastructure to accept contactless credit/ debit cards, pre paid cards, nearfield devices, and other contactless media in the future stages. The account based solution offered should be such that it allows the regional partners (Department, LYNX and Votran) to seamlessly transition to the future stages media mentioned above. The CDCIS offered shall be a single integrated CDCIS that is capable of serving the regional partners (Department, LYNX and Votran) and shall allow for regional clearing and settlement activities among regional partners based upon flexible configuration rules. For the initial deployment, the regional partners expect to utilize limited use (shortterm) disposable paper and standard (long term) plastic smart card media. In the future, the regional partners expect to migrate to open payment solutions media based on contactless credit/ debit cards, prepaid cards and various near field communications (NFC) that may be deployed utilizing the same CDCIS and the equipment offered by the Vendor. An architecture diagram depicting the solution envisioned is presented on the following page. Exhibit D Lynx Fare Collection System Equipment Specifications D 44

295 Central Data Collection & Information System Exhibit D Lynx Fare Collection System Equipment Specifications D 45

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form )

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form ) ATTACHED FORMS Drug-Free Workplace Program Certification (Form 375-040-18) Anticipated DBE Participation Statement (Form 375-040-63) Bid Opportunity List (From 375-040-02) Scrutinized Companies Lists (proposals

More information

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form )

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form ) ATTACHED FORMS Drug-Free Workplace Program Certification (Form 375-040-18) MBE Planned Utilization (Form 375-040-24) Performance Bond (Form 375-040-27) Bid Opportunity List (From 375-040-62) 1 DRUG-FREE

More information

FORM 1 RESPONDENT S CONTACT INFORMATION. The Respondent shall identify the contact information as described below.

FORM 1 RESPONDENT S CONTACT INFORMATION. The Respondent shall identify the contact information as described below. FORM 1 RESPONDENT S CONTACT INFORMATION The Respondent shall identify the contact information as described below. For solicitation purposes, the Respondent s contact person shall be: For contractual purposes,

More information

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form )

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form ) ATTACHED FORMS Drug-Free Workplace Program Certification (Form 375-040-18) Anticipated DBE Participation Statement (Form 375-040-63) Bid Opportunity List (From 375-040-02) In State Preference for Commodity

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. AGREEMENT BETWEEN DEPARTMENT AND CONTRACTOR STATE PROJECT NO.: STATE MINORITY VENDOR DESIGNATION DRAWINGS: FDACS PROJECT NAME AND LOCATION: SPECIFICATIONS: THIS AGREEMENT made this day of in the year.

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

Telephone: ( ) Fax Number: ( ). Internet Address:

Telephone: ( ) Fax Number: ( ). Internet  Address: State of Florida Department of Transportation Procurement Services, M.S.#524 District Five 719 South Woodland Boulevard DeLand, Florida 32720-6834 INVITATION TO BID REGISTRATION ******************************************************************************

More information

INVITATION TO BID-R Frieda Zamba Pool Renovations

INVITATION TO BID-R Frieda Zamba Pool Renovations INVITATION TO BID-R-06-01 Frieda Zamba Pool Renovations Purpose: The City of Palm Coast is requesting bids from general contractors for the renovations of the Frieda Zamba Pool. The outdoor, unsheltered

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

THE INVITATION TO BID DOCUMENT YOU RECEIVED IS SUBJECT TO CHANGE.

THE INVITATION TO BID DOCUMENT YOU RECEIVED IS SUBJECT TO CHANGE. State of Florida Department of Transportation District Five Contractual Service Office MS# 524 719 South Woodland Boulevard DeLand, Florida 32720-6834 INVITATION TO BID REGISTRATION ******************************************************************************

More information

Telephone: Fax: Internet Address:

Telephone: Fax: Internet  Address: Bid Number: ITBSHELL.COMM Revised 03-16 Form No. 1 State of Florida Department of Transportation Procurement Services, MS # 4-524 719 South Woodland Boulevard DeLand, Florida 32720-6834 INVITATION TO BID

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION INTRODUCTON The City of Fernandina Beach, Florida, is accepting sealed bids at the location

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida

State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida 32399-0450 Bid Number: INVITATION TO BID REGISTRATION ******************************************************************************

More information

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Invitation to Bid-B-05-01 Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Purpose: The City of Palm Coast, Flagler County, Florida is accepting proposals to provide underbrush mowing

More information

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

More information

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS BAKER COUNTY BOARD OF COUNTY COMMISSIONERS MOSQUITO CONTROL SERVICES BID # 2016-04 BAKER COUNTY BOARD OF COUNTY COMMISSIONERS ADMINISTRATION OFFICE 55 N THIRD STREET MACCLENNY, FL 32063 PHONE: 904-259-3613

More information

C17FT RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE

C17FT RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE 2017-0017.07 C17FT101957232 RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE PART 3 - ATTACHMENTS ATTACHMENT A: ATTACHMENT B: ATTACHMENT C: ATTACHMENT D: ATTACHMENT E: ATTACHMENT F: ATTACHMENT

More information

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida

State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida 32399-0450 REQUEST FOR PROPOSAL REGISTRATION ******************************************************************************

More information

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0056-B01 Contract Name/Description: A. Chester Redshaw Elementary

More information

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS MUST BE SUBMITTED BY 4:00 PM DECEMBER 29, 2016 TO: MR. TONY LENTYCH EXECUTIVE DIRECTOR TRAVERSE CITY

More information

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses State of Florida Department of Transportation District 4 Office of Procurement 3400 West Commercial Boulevard Ft. Lauderdale, Florida 33309-3421 INVITATION TO BID REGISTRATION ******************************************************************************

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05 CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05 The City of Fernandina Beach, Florida is accepting competitive sealed bids for the Demolition of one single-family home and construction of new

More information

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0061-B01 Contract Name/Description: New Joseph C. Caruso

More information

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS The offeror represents and certifies as part of the offer that: (Check or complete all applicable boxes or blocks.) 1. TYPE

More information

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT ATTACHMENT E REPRESENTATIONS, CERTIFICATIONS, ACKNOWLEDGEMENTS AND AFFIDAVITS Page 2 of 10 REPRESENTATIONS, CERTIFICATIONS, ACKNOWLEDGMENTS,

More information

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT STATE OF FLORIDA ITB #1303 FLORIDA DEPARTMENT OF LAW ENFORCEMENT Solicitation Number: Item(s) of Bid: Number of Addenda as of above date: ITB Promega Plexor HY Quantification System Kits None Commodity

More information

State of Florida Department of Transportation

State of Florida Department of Transportation State of Florida Department of Transportation INVITATION TO BID FDOT APL Traffic Equipment Supplemental bid to ITB-DOT-15/16-9005-GH ITB-DOT-17/18-9044-GH CONTACT FOR QUESTIONS: Greg Hill, Procurement

More information

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums: ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

More information

PROPOSAL REQUEST. Sumner County Sheriff s Office

PROPOSAL REQUEST. Sumner County Sheriff s Office PROPOSAL REQUEST Mobile In-Car Camera Systems for use in Patrol Vehicles For the Sumner County Sheriff s Office Sumner County Government Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

More information

State of Florida Department of Transportation District Six Procurement Office 1000 Northwest 111 Avenue, Room 6202-B Miami, Florida 33172

State of Florida Department of Transportation District Six Procurement Office 1000 Northwest 111 Avenue, Room 6202-B Miami, Florida 33172 State of Florida Department of Transportation District Six Procurement Office 1000 Northwest 111 Avenue, Room 6202-B Miami, Florida 33172 RFPSHELL. 09/2016 REQUEST FOR PROPOSAL REGISTRATION ******************************************************************************

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) Purchasing Division INVITATION TO BID (ITB) 18-038 CONCRETE CULVERTS (Annual Bid) April 2018 TABLE OF CONTENTS INVITATION...3 SECTION I. GENERAL TERMS AND CONDITIONS... 4 SECTION II. THE COUNTY S RESERVATION

More information

Invitation to Bid-B A Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

Invitation to Bid-B A Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Invitation to Bid-B-06-01-A Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Purpose: The City of Palm Coast, Flagler County, Florida is accepting proposals to provide underbrush mowing (Fire

More information

AMENDMENT 2 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES STATE TERM CONTRACT NUMBER: FUEL CARD SERVICES

AMENDMENT 2 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES STATE TERM CONTRACT NUMBER: FUEL CARD SERVICES AMENDMENT 2 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES STATE TERM CONTRACT NUMBER: 973-163-10-1 FUEL CARD SERVICES This Amendment 2 of the above-referenced state term contract ( Contract ), effective

More information

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING INVITATION TO BID FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING BID #2018-13 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904)

More information

Appendix A Current Plan Documents See Attached

Appendix A Current Plan Documents See Attached Appendix A Current Plan Documents See Attached Page 1 of 22 Appendix B Census As of April 2017: 27,710: Total Covered Employees and Dependents 15,898: Are Employees (80% female) 11,812: Are Dependents

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.06 Court Community Schools E-Rate Router Issuing Date: 1/10/18 Due Date and Time: 2/21/18 @ 2:00:00 pm Tulare County Office of Education 6200

More information

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing

More information

BIDDING AND CONTRACT DOCUMENTS ITB

BIDDING AND CONTRACT DOCUMENTS ITB BIDDING AND CONTRACT DOCUMENTS MARTIN LUTHER KING JR. BOULEVARD SIDEWALK EXTENSION HIGHLANDS COUNTY PROJECT NO. 15005 ENGINEERING DEPARTMENT 505 S. COMMERCE AVENUE SEBRING, FLORIDA (863) 402-6877 August

More information

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction

More information

PROPOSAL REQUEST. Sumner County Emergency Medical Service

PROPOSAL REQUEST. Sumner County Emergency Medical Service PROPOSAL REQUEST Mechanical CPR Device For the Sumner County Emergency Medical Service SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 20180801-CO July 2018-June 2019 Introduction Sumner County

More information

RFQu # Musical Instruments July 25, 2018

RFQu # Musical Instruments July 25, 2018 RFQu # 18-178 Musical Instruments July 25, 2018 Collier County Public Schools (CCPS) will accept submittals for RFQu (Request for Qualifications) #18-178 Musical Instruments. Products and services requested

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

NEW JERSEY DEPARTMENT OF TRANSPORTATION PAGE 1 PROPOSAL FOR CONSTRUCTION OF DP NUM BIDDER 3955

NEW JERSEY DEPARTMENT OF TRANSPORTATION PAGE 1 PROPOSAL FOR CONSTRUCTION OF DP NUM BIDDER 3955 NEW JERSEY DEPARTMENT OF TRANSPORTATION PAGE 1 PROPOSAL FOR CONSTRUCTION OF ---------------------------- DP NUM 14437 Maintenance Dredging and Channel Improvements for Spicers and Middle Thorofare Contract

More information

CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010

CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010 CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010 GENERAL TERMS: Vendor is defined as any entity that is contractually obligated to perform work on behalf of

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.08 La Sierra Military Academy E-Rate Router Issuing Date: 1/17/18 Due Date and Time: 2/27/18 @ 2:00:00 pm Tulare County Office of Education 6200

More information

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE CITY OF ROCKLEDGE REQUEST FOR PROPOSALS City of Rockledge Classification and Compensation Study RESPONSES ARE DUE BY February 5, 2016 at 4PM EST MAIL OR DELIVER RESPONSES TO: ATT: Corey Harris, HR Coordinator

More information

State of Florida Department of Transportation

State of Florida Department of Transportation ITB-DOT-10/11-4023FS State of Florida Department of Transportation INVITATION TO BID ITB Number: Project Description: MANDATORY PRE-BID CONFERENCE Deadline for Questions Sealed Bids Due: ITB-DOT-1 0/11-4023FS

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for 4,300 LF of 12 HDPE DIP DR 11 in 50 LF lengths.

More information

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES SECTION I GENERAL INFORMATION A. INTRODUCTION/BACKGROUND The Coral Gables Retirement Board (hereafter Board ) is requesting

More information

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT The OWNER will require supporting evidence regarding Bidder s Qualifications and competency. The Bidder will be required to furnish all of the applicable

More information

State of Florida Department of Transportation District One Procurement Office 801 North Broadway Avenue Bartow, FL 33830

State of Florida Department of Transportation District One Procurement Office 801 North Broadway Avenue Bartow, FL 33830 State of Florida Department of Transportation District One Procurement Office 801 North Broadway Avenue Bartow, FL 33830 ITBSHELL.SERVICES 09/2016 INVITATION TO BID REGISTRATION ******************************************************************************

More information

Agency for Persons with Disabilities State of Florida Tacachale HOUSEKEEPING AND JANITORIAL SERVICES

Agency for Persons with Disabilities State of Florida Tacachale HOUSEKEEPING AND JANITORIAL SERVICES Agency for Persons with Disabilities State of Florida Tacachale INVITATION TO BID (ITB) FOR HOUSEKEEPING AND JANITORIAL SERVICES ITB #APD14-011 COMMODITY CODE: 91111601 / 76111501 Bid Opening Date: March

More information

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] APSU Contract Number C-18-0000 AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] This Agreement is made this [date] day of [month], 20, by and between Austin Peay State University, hereinafter

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ITB-DOT-17/18-8008-AP SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) DELTA AUTOMATION COMPONENTS INDEFINITE QUANTITY TERM CONTRACT ITB-DOT-17/18-8008-AP ADVERTISEMENT

More information

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs North Carolina Department of Health and Human Services Women's and Children's Health Branch Special Nutrition Programs AGREEMENT BETWEEN SPONSORING ORGANIZATION AND DAY CARE HOME (DCH) PROVIDER Instructions:

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Membrane Roof and Skylights Bid Due Date: April 27, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

State of Florida Department of Transportation

State of Florida Department of Transportation State of Florida Department of Transportation Advertisement # RFP-DOT-17-18-5003-RDW Financial Project Number (s) To Be Determined DBE Availability 9.91 % REQUEST FOR PROPOSAL (RFP) EMERGENCY ROADSIDE

More information

INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID #

INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID # INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID #2016-08 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website:

More information

REPRESENTATIONS AND CERTIFICATIONS

REPRESENTATIONS AND CERTIFICATIONS REPRESENTATIONS AND CERTIFICATIONS The Offeror identified below certifies to the following facts. The full text of the representations and certifications made below (and referenced to the right of each

More information

State of Florida Department of Transportation Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida

State of Florida Department of Transportation Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida State of Florida Department of Transportation Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 ITBSHELL.SERVICES 11-2015 INVITATION TO BID REGISTRATION ******************************************************************************

More information

State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida

State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida 32399-0450 ITBTERMSHELL.COMM 09/2016 INVITATION TO BID REGISTRATION ******************************************************************************

More information

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS Acquisition Management On behalf of Health Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 REQUEST FOR PROPOSAL

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9] APSU Contract Number AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [Must match name on W9 or SW9] This Agreement is made this [date] day of [month], 2018, by and between Austin Peay State University,

More information

AMENDMENT NO. 3 To State Term Contract Live Capture Electronic Fingerprinting Equipment

AMENDMENT NO. 3 To State Term Contract Live Capture Electronic Fingerprinting Equipment AMENDMENT NO. 3 To State Term Contract 680-370-07-01 Live Capture Electronic Fingerprinting Equipment This Amendment No. 3 ( Amendment ), effective as of November 29, 2013, to the Live Capture Electronic

More information

INVITATION TO NEGOTIATE FLORIDA'S TURNPIKE ENTERPRISE BUSINESS DEVELOPMENT, MARKETING, CUSTOMER SERVICE AND PUBLIC RELATIONS SERVICES

INVITATION TO NEGOTIATE FLORIDA'S TURNPIKE ENTERPRISE BUSINESS DEVELOPMENT, MARKETING, CUSTOMER SERVICE AND PUBLIC RELATIONS SERVICES F l o r i d a D e p a r t m e n t o f T r a n s p o r t a t i o n INVITATION TO NEGOTIATE FLORIDA'S TURNPIKE ENTERPRISE BUSINESS DEVELOPMENT, MARKETING, CUSTOMER SERVICE AND PUBLIC RELATIONS SERVICES ITN-DOT-11/12-8001-SM

More information

CONSTRUCTION AGREEMENT

CONSTRUCTION AGREEMENT CONSTRUCTION AGREEMENT THIS AGREEMENT, made and entered into this First (1 st ) day of January, 2017 until December 31, 2017 by and between HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., hereinafter called

More information

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION Construction Purchasing Department 3661 Interstate Park Rd. N., 2 nd Floor Riviera Beach, FL 33404 Phone:

More information

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MINOR REPAIRS REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-01-17-3415 SEQUOYAH COUNTY Bids Due: February 16, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)

More information

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time. SALE OF PROPERTY INVITATION TO BID Bidder Acknowledgment Form ADAM H. PUTNAM COMMISSIONER BID SALE NO.: SOP/FFS-13/14-03 REBID Agency Mailing Date: October 11, 2013 Page 1 of 11 Pages SUBMIT BIDS TO: Reason

More information

WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS

WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS TRICE LANE RESURFACING (FPID #431226-1-58-01) WAKULLA-ARRAN ROAD WIDENING & RESURFACING (FPID #431076-1-58-01) Invitation to Bid Number: ITB 2014-12 RESPONSES

More information

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION Acquisition Management On behalf of Career Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000

More information

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office PROPOSAL REQUEST 20160621-01 NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office SUMNER COUNTY BOARD OF EDUCATION SUMNER COUNTY, TENNESSEE Purchasing Staff Contact:

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for STREET ASPHALT PAVING & PATCHING.

More information

SUBCONTRACTOR PRE-QUALIFICATION STATEMENT

SUBCONTRACTOR PRE-QUALIFICATION STATEMENT SUBCONTRACTOR PRE-QUALIFICATION STATEMENT Instructions: All subcontractor and supplier firms (a.k.a. Subcontractor ) soliciting to bid projects with (hereinafter referred to as Jacquin & Sons ) are required

More information

APPENDIX B MISSOURI SERVICE-DISABLED VETERAN BUSINESS PREFERENCE (Applies to non-federal funded projects)

APPENDIX B MISSOURI SERVICE-DISABLED VETERAN BUSINESS PREFERENCE (Applies to non-federal funded projects) APPENDIX B MISSOURI SERVICE-DISABLED VETERAN BUSINESS PREFERENCE (Applies to non-federal funded projects) By virtue of statutory authority, RSMo 34.074, a preference will be given all contracts for the

More information

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES SUBMIT BID TO: Florida State Fair Authority 4800 Hwy 301 North / P.O. Box 11766 Tampa, Fl. 33610 Tampa, Fl. 33680 (Orient Road Entrance) Attn: Phyllis J. Bridges Telephone Number: 813-621-7821 E-mail:

More information

Request for Proposal

Request for Proposal H. INVITATION TO BID ATC Water Chiller ITB #17-003 Request for Proposal RFP #18-002: Food Service Consultant Date Issued: November 1, 2017 Daytona State College is seeking proposals for a Food Service

More information

THE SUMNER COUNTY REGISTER OF DEEDS

THE SUMNER COUNTY REGISTER OF DEEDS PROPOSAL REQUEST Maintenance for Server Hardware & Software FOR THE SUMNER COUNTY REGISTER OF DEEDS SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid # 26-140519 May, 2014 Introduction

More information

INVITATION FOR BID. For FUEL MANAGEMENT SYSTEM (GASOLINE CARDS) ISSUE DATE: MARCH 2, 2016 RESPONSE DEADLINE: MARCH 28, 2016 (2:00 P.M.

INVITATION FOR BID. For FUEL MANAGEMENT SYSTEM (GASOLINE CARDS) ISSUE DATE: MARCH 2, 2016 RESPONSE DEADLINE: MARCH 28, 2016 (2:00 P.M. Workforce Solutions Alamo 115 E Travis, Suite 220 San Antonio, Texas 78205 INVITATION FOR BID For FUEL MANAGEMENT SYSTEM (GASOLINE CARDS) ISSUE DATE: MARCH 2, 2016 RESPONSE DEADLINE: MARCH 28, 2016 (2:00

More information

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME SOLICITATION #A10-03-17-3483 TULSA COUNTY Bid Due Date: May 17, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah,

More information

HVAC WATER TREATMENT SERVICES

HVAC WATER TREATMENT SERVICES State of Florida Department of Transportation INVITATION TO BID HVAC WATER TREATMENT SERVICES ITB-DOT-17/18-9076-GH CONTACT FOR QUESTIONS: Greg Hill, Procurement Agent greg.hill@dot.state.fl.us 605 Suwannee

More information

5. BID FORMS TABLE OF CONTENTS

5. BID FORMS TABLE OF CONTENTS 5. BID FORMS TABLE OF CONTENTS SECTION 1 BID FORM SECTION 2 BID DATA FORMS 2.A LIST OF PROPOSED SUBCONTRACTORS 2.B BID BOND SECTION 3 NON-COLLUSION AFFIDAVIT SECTION 4 BIDDER INFORMATION FORM 4.A INFORMATION

More information

FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form

FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form Page 1 of 19 pages Agency Release Date: April 28, 2015 SUBMIT REPLY TO: Department of Law Enforcement Office of General Services

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

Contractor Information. Contract Details. Effective Date: August 1, Termination Date: August 1, 2018

Contractor Information. Contract Details. Effective Date: August 1, Termination Date: August 1, 2018 oetc.org 14145 SW Galbreath Drive Sherwood, Oregon 97140 (503) 625-0501 (800) 650-8250 Fax: (503) 625-0504 OETC Volume Price Agreement: #15-02R-Schoology This Agreement is made and entered into by the

More information

District Five Intelligent Transportation System (ITS) Software Integration and Maintenance Services

District Five Intelligent Transportation System (ITS) Software Integration and Maintenance Services State of Florida Department of Transportation REQUEST FOR PROPOSAL District Five Intelligent Transportation System (ITS) Software Integration and Maintenance Services RFP-DOT-16-17-5002-ITS Tammy Hodgkins,

More information

D. Type of work or services performed:

D. Type of work or services performed: RED+F SUBCONTRACTOR QUALIFICATION QUESTIONNAIRE INFORMATION TO BE FURNISHED BY A CONTRACTOR (Note: The term Contractor also refers to Subcontractors.) All questions on this questionnaire must be answered;

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # UTILITIES

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # UTILITIES CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # 16-14 UTILITIES INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for work on the North Fletcher Drainage Project

More information

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

More information