Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express , Toll Systems and Services

Attachment M: Instructions for Completing Requirements Tracking Matrix

1) The Proposer must complete and submit the Excel version of the Requirements Tracking Matrix (RTM) which is downloadable from https://eva.virginia.gov/.

2) The RTM covers each of the requirements set forth in Tolling Specifications 01 through 07.

3) Proposers shall not alter the requirements listed in the Requirements Tracking Matrix in any way and must use the workbook provided. The Proposer shall submit a PDF version of the completed RTM in Technical Proposal Tab 6, in addition to submitting the Excel version of the RTM on CD or flash drive, as directed in Section C, General Instructions.

4) The following are instructions for completion of the RTM.

a) There are four columns in the RTM worksheets as follows:

i. No. (Column A): A sequential number that matches the Requirement ID number or Key Performance Indicator (KPI) in the Tolling Specifications. ii. Requirements (Column B): A description of each requirement. iii. Status (Column C): Proposer must select one of the four (4) response codes for each Requirement and enter it in this column as further detailed in item “b)” below. iv. Comments (Column D): This field must be completed if the Status code is entered as “N = not provided” for the particular requirement in order to explain why the Proposer is not complying with this Requirement.

b) Proposers must complete the Compliance (Column C) in the following manner:

i. Base Product = B: Enter a “B” in this column if the requirement described is already incorporated into the Proposer’s baseline system. ii. Base Modified = M: Enter an “M” in this column if the proposed functionality exists but needs to be modified to meet the requirement. iii. New Development = D: Enter a “D” if the Proposer’s baseline system does not currently have the required functionality but the functionality will be provided and will be developed to meet the requirement. iv. Not Provided = N: Enter an “N” if the Proposer will not provide the functionality and will not meet the requirement as part of its Proposal. If any row in the Status column is completed as “N” then Proposer must provide an explanation in the Comments (column D) in the corresponding row. The comment field may reference information that is included elsewhere in the proposal.

Page 1 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* TS-01 PROJECT MANAGEMENT, DOCUMENTATION, DESIGN AND TEST SERVICES – FUNCTIONAL REQUIREMENTS Three (3) Tolling Specification documents are applicable to every element of the Toll System under the Contract: This document (TS-01), describing the Department’s Requirements for project management, documentation, design and test services provided by the Contractor The TS-02 document, describing the Department’s operations and system Maintenance services Requirements The TS-03 document, describing the Department’s Hardware and installation Requirements The TS-04, TS-05, TS-06 and TS-07 documents detail the functional Requirements for the Host subsystems; ORT Zone subsystems; Video Audit subsystems; and Maintenance Online Management Subsystems (MOMS) respectively.

The schedule for this work, and Liquidated Damages associated with this schedule, are prescribed in the Contract document.

3. Applicable Standards, Codes, and Publications As part of their Proposal, the Offeror shall describe what actions they have taken for compliance with Statement on Accounting Standards No. 70 (SAS-70); the Statement on Standards for Attestation Engagements (SSAE) No. 16; and International Standards for Assurance Engagements (ISAE) No. 3402. As part of their Proposal, the Offeror shall list those projects where certification to such standards was achieved, the type of certification and the certifying entity.

As part of their Proposal, the Offeror shall describe their experience in delivering Toll Systems, intelligent transportation systems and other systems with roadside electronics compliant with the Virginia Department of Transportation Specifications.

As part of their Proposal, the Offeror shall describe their experience in delivering Tolls Systems, Intelligent Transportation Systems and other systems with roadside electronics compliant with Federal Communications Commission regulations. Such description shall include the Offeror’s role and responsibilities in licensing the Automatic Vehicle Identification elements, if any, in each.

As part of their Proposal, the Offeror shall describe their experience in delivering Tolls Systems, Intelligent Transportation Systems and other systems with roadside electronics compliant with Federal Administration Final Rule on Architecture Standards and Conformity (23 CFR 940 Part 11). As part of their Proposal, the Offeror shall describe their experience in delivering Tolls Systems, Intelligent Transportation Systems and other systems with roadside electronics compliant with Payment Card Industry (PCI), Payment Application Data Security Standard (PA-DSS).

As part of their Proposal, the Offeror shall describe their experience in delivering Tolls Systems, Intelligent Transportation Systems and other systems with roadside electronics compliant with current and future Regional and National Interoperability Specifications.

TS-01 Requirement #3-1 All elements of the Toll System shall be PCI and GAAP compliant and meet the Requirements for an SSAE-16 Type II Audit.

All elements of the Toll System shall comply with the Hardware and installation related standards, codes and publications listed in TS-01 Requirement #3-2 the TS-03 document.

All elements of the Toll System shall be compliant with the Department’s privacy and personal information protection standards TS-01 Requirement #3-3 listed in Appendix A and B in this document, codes or publications for Hardware and installation in the TS-03 document.

Page 2 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Toll System shall adhere to Systems Engineering Guidebook for Intelligent Transportation System (ITS), Version 3.0, as updated TS-01 Requirement #3-4 on November 2009 or an equivalent established methodology subject to the Department’s Approval. The Contractor shall follow the two-phase, systems engineering process (also known as the “V” process) to maximize the quality of the developed Toll Collection System and to ensure that the deployed system adequately meets the needs and objectives envisaged TS-01 Requirement #3-5 by the Authority, Virginia Department of Transportation and the FHWA (in accordance with US DOT Final Rule, Park 940- Intelligent Transportation System Architecture and Standards Section 940.11 Project Implementation). A copy of the Rule is available at: www.ops.fhwa.dot.gov/its_arch_imp/policy.htm Additional standards, codes and publications applicable to a specific subsystem of the Toll System are listed in the respective Tolling Specification document. 4. Project Management

The Offeror shall include in their Proposal a summary of no more than two (2) page-sides, detailing their Project Management methodology and how this will be implemented across all of the task areas required by this Contract. This summary shall address how this methodology will be implemented within the Offeror’s firm and all subcontractors, suppliers and/or other firms involved in this project and include a table identifying those reference projects where this same methodology was implemented and used by the Offeror and their associated subcontractors and suppliers.

The Contractor shall select, implement and utilize a well-defined methodology for confirming detailed Requirements and managing TS-01 Requirement #4-1 the life cycle of activities to complete the various aspects of this Contract and their related project deliverables while minimizing the risks associated with misunderstanding technical detail and project milestone Requirements. 4.1 Key Personnel As part of their Proposal, the Offeror shall identify their Project Manager (as defined below) and briefly describe any plans or considerations for transitioning this responsibility to another individual(s) during the course of the Contract. Where already known, the Offeror shall identify their Quality Manager, Software Manager, Test Manager, Installation Manager, Operations Manager and Maintenance Manager (as defined below) in their Proposal and briefly describe any plans or considerations for transitioning these responsibilities to other individuals during the course of the Contract. The Offeror shall provide an organization chart in their Proposal showing how all functions required in the Contract will report and be managed and identifying other key individuals who will be responsible for managing these functions. Key personnel shall include but are not limited to the following: • Project Manager • Quality Manager • Software Manager • Test Manager • Installation Manager • Operations Manager • Maintenance Manager • Any individual with Engineer of Record (EOR) responsibilities (described in section 11 below) The Project Manager shall serve as the Department’s point of contact for all communications between the Department and the TS-01 Requirement #4.1-1 Contractor for the life of the Contract. TS-01 Requirement #4.1-2 The Contractor shall staff the position of Project Manager for this Contract for the life of the Contract.

Page 3 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Project Manager shall have at least five (5) years of experience managing similar projects in the toll collection industry or TS-01 Requirement #4.1-3 related industry and at least two (2) years of experience managing roadway tolling projects. TS-01 Requirement #4.1-4 The Project Manager shall coordinate all work on the Contract. The Contractor shall staff the position of Operations Manager for this Contract between the time Factory Acceptance Test TS-01 Requirement #4.1-5 commences and the end of the Contract.

TS-01 Requirement #4.1-6 The Operations Manager shall have at least three (3) years of experience managing operations for toll collection systems.

The Operations Manager shall be a dedicated resource for the project and shall not perform other simultaneous functions (such as TS-01 Requirement #4.1-7 being the Project Manager or the Maintenance Manager). The Contractor shall staff the position of Maintenance Manager for this Contract between the time when Notice to Proceed is TS-01 Requirement #4.1-8 issued by the Department and the time when the Department fully releases the Performance Bond.

TS-01 Requirement #4.1-9 The Maintenance Manager shall have at least three (3) years of experience managing Maintenance for toll collection systems.

TS-01 Requirement #4.1-10 The Maintenance Manager shall not be the Project Manager or the Operations Manager. TS-01 Requirement #4.1-11 The Contractor shall staff the position of Quality Manager for this Contract for the life of the Contract. TS-01 Requirement #4.1-12 The Quality Manager shall not be the Project Manager or the Maintenance Manager.

The Quality Manager shall have at least five (5) years of experience in quality assurance and testing on similar projects in the toll TS-01 Requirement #4.1-13 collection industry or related industry and at least two (2) years of experience as quality manager on a roadway tolling project.

The Contractor shall equip all key project staff with landline and mobile phone communications, voicemail or answering service, e- mail communications, access to the Maintenance On-Line Management System (MOMS, described further in the TS‑07 document), TS-01 Requirement #4.1-14 other systems and services as requested from time to time by the Department and access to all deliverables provided by the Contractor for the Contract. TS-01 Requirement #4.1-15 Any change in Key Personnel shall be subject to the Department’s Approval. 4.2 Project Milestones

The Department will evaluate and pay for progress based on the sequential project milestones described below. The Contractor shall conduct a series of activities to assist the Department in this evaluation per the Progress Schedule and other sections of the Management Plan (described in section 4.3 below). Each of these milestones are used in the payment schedule under the Contract. 4.2.1 Baseline Schedule Agreement Milestone This milestone occurs after the Contractor submits a Progress Schedule (section 4.3.2 below) acceptable to the Department. The primary objective of this milestone is to acquaint the Department with the sequence of Work to be performed by the Contractor for the entirety of the project. The Contractor shall provide a complete draft of the Progress Schedule (that satisfies the Requirements under section 4.3.2 below) TS-01 Requirement #4.2.1-1 for Department review and Approval within fourteen (14) calendar days of receiving Notice to Proceed. This draft of the schedule shall identify the information, review cycles and decisions required from the Department to keep the TS-01 Requirement #4.2.1-2 project on schedule. The Contractor shall revise this draft of the Progress Schedule for as many iterations as necessary for the Department to Approve TS-01 Requirement #4.2.1-3 it as the baseline schedule.

Page 4 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* Prior to successful completion of the Baseline Schedule Agreement milestone, the Contractor shall provide the Department with TS-01 Requirement #4.2.1-4 the Health and Safety Plan (see section 11.1 below). 4.2.2 Management Plan Review Milestone The Contractor shall provide a draft of the Management Plan no more than twenty-eight (28) calendar days after Notice to TS-01 Requirement #4.2.2-1 Proceed. This draft of the Management Plan shall contain a 90% complete Progress Schedule, addressing all Department comments from its TS-01 Requirement #4.2.2-2 previous submission (described in section 4.2.1 above). This draft of the Management Plan shall contain a 90% complete quality section satisfying all of the Requirements described in TS-01 Requirement #4.2.2-3 section 4.3.3 below. This draft of the Management Plan shall contain a 90% complete security section satisfying all of the Requirements described in TS-01 Requirement #4.2.2-4 section 4.3.4 below. This draft of the Management Plan shall contain a 90% complete configuration and change management section satisfying all of the TS-01 Requirement #4.2.2-5 Requirements described in section 4.3.5 below. This draft of the Management Plan shall contain a 90% Software development section satisfying all of the Requirements described in TS-01 Requirement #4.2.2-6 section 4.3.6 below. This draft of the Management Plan shall contain a 100% complete approach to data migration and configuration section satisfying all TS-01 Requirement #4.2.2-7 of the Requirements described in section 4.3.7 below. This draft of the Management Plan shall contain a 100% complete approach to computer simulated testing section satisfying all of the TS-01 Requirement #4.2.2-8 Requirements described in section 4.3.8 below. This draft of the Management Plan shall contain a 100% complete approach to physical testing section satisfying all of the TS-01 Requirement #4.2.2-9 Requirements described in section 4.3.9 below. This draft of the Management Plan shall contain conceptual outlines of the training, installation, operations and Maintenance sections TS-01 Requirement #4.2.2-10 of the Management Plan (see sections 4.3.10 through 4.3.13 below) This draft of the Management Plan shall contain a complete Bill of Materials reflecting the current design with confirmed quantities TS-01 Requirement #4.2.2-11 and prices, and tracking any changes since its submission as part of the Contractor’s Proposal. The Contractor shall revise the sections above as necessary to obtain conditional Approval by the Department for the degree of TS-01 Requirement #4.2.2-12 completeness associated with the Submittal.

Prior to the successful completion of the Management Plan Review Milestone, the Contractor shall provide the Department with TS-01 Requirement #4.2.2-13 the complete list of the information needs and decisions required from the Department to keep the project on schedule.

The Contractor shall schedule a comments review meeting to review the comments provided by the Department for this milestone TS-01 Requirement #4.2.2-14 submittal. The Contractor’s management team, key personnel and an employee of each subcontractor shall attend the comment review meeting. 4.2.3 Initial Design Review Milestone This milestone occurs after the Contractor submits an Initial Design Review Submittal acceptable to the Department. The primary objective of this milestone review is to acquaint the Department with the Contractor’s intended design, determine external interfaces and identify issues.

Page 5 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Contractor shall develop and provide a Submittal meeting all Requirements described below (hereafter the Initial Design Review Submittal) at least twenty-one (21) calendar days prior to the scheduled successful completion of the Midpoint Design Review. The Contractor is encouraged to make partial deliveries much earlier than the twenty-one (21) day deadline to avoid TS-01 Requirement #4.2.3-1 creating a backlog in the Department’s review and comment process and corresponding delays.

Additional Requirements common to each Submittal are detailed in section 4.6 of this TS-01 document.

TS-01 Requirement #4.2.3-2 The Initial Design Review Submittal shall include an updated draft of the Management Plan (see section 4.3 below). TS-01 Requirement #4.2.3-3 This draft of the Management Plan shall contain updates to the Progress Schedule. This draft of the Management Plan shall contain quality, security, configuration and change management, Software development, data TS-01 Requirement #4.2.3-4 migration, computer simulated testing and physical testing sections that remain 100% complete and are updated to address all Department comments from the previous review (see section 4.2.2 above).

This draft of the Management Plan shall contain training, installation, operations and Maintenance sections that are approximately TS-01 Requirement #4.2.3-5 90% complete and address all Department comments from their previous review (described in section 4.2.2 above).

This draft of the Management Plan shall contain a Bill of Materials that remains 100% complete and is updated to address all TS-01 Requirement #4.2.3-6 Department comments from the previous review (see section 4.2.2 above) and issues discovered during the Contractor’s design process. The Initial Design Review Submittal shall include drafts of all Detailed Design Calculations (see section 11.4.1 below). At a minimum, TS-01 Requirement #4.2.3-7 each shall have an appropriate cover sheet and a description of the calculation’s scope. The Initial Design Review Submittal shall include drafts of all Detailed Design Specifications (see section 11.4.2 below). At a TS-01 Requirement #4.2.3-8 minimum, each shall have an appropriate cover sheet, a complete table of contents and a conceptual outline.

The Initial Design Review Submittal shall include drafts of all Detailed Design Drawings (see section 11.4.3 below). At a minimum, TS-01 Requirement #4.2.3-9 each shall have an appropriate title, border and background and the drawing package as a whole shall be 40% complete.

The Initial Design Review Submittal shall include drafts of all Shop Drawings (see section 11.4.4 below). At a minimum, each shall TS-01 Requirement #4.2.3-10 have an appropriate cover sheet and a complete table of contents. The Initial Design Review Submittal shall include drafts of all Maintenance of (MOT) drawings and specifications (see section TS-01 Requirement #4.2.3-11 11.5 below). At a minimum, each shall have an appropriate cover sheet and a conceptual outline. The Initial Design Review Submittal shall include a draft of the System Design Requirements document (see section 5.2 below) that TS-01 Requirement #4.2.3-12 is 100% complete.

The Initial Design Review Submittal shall include a draft of the System Detailed Design document (see section 5.3 below). At a TS-01 Requirement #4.2.3-13 minimum, the document shall have an appropriate cover sheet, a complete table of contents and a conceptual outline.

The Initial Design Review Submittal shall include a draft of the Detailed Test Procedures document (see section 5.4 below). At a TS-01 Requirement #4.2.3-14 minimum, the document shall have an appropriate cover sheet and a conceptual outline.

The Initial Design Review Submittal shall include a draft of the System Manuals described in sections 5.5.1 through 5.5.4 below. At a TS-01 Requirement #4.2.3-15 minimum, each shall have an appropriate cover sheet, a complete table of contents and a conceptual outline.

Page 6 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

The Initial Design Review Submittal shall include a draft of the Training Materials described in sections 5.6.1 through 5.6.3 below. At TS-01 Requirement #4.2.3-16 a minimum, each shall have an appropriate cover sheet, a complete table of contents and a conceptual outline.

The Contractor shall revise the documents and drawings above as necessary for the Department to declare each document or TS-01 Requirement #4.2.3-17 drawing above as conditionally Approved for the specified level of completeness.

Prior to successful completion of the Initial Design Review Milestone, the Contractor shall provide the Department with an updated TS-01 Requirement #4.2.3-18 complete list of the information needs and decisions required from the Department to keep the project on schedule.

The Contractor shall schedule a comments review meeting to review the comments provided by the Department for this milestone TS-01 Requirement #4.2.3-19 submittal. The Contractor’s management team, key personnel and an employee of each subcontractor shall attend the comment review meeting. 4.2.4 Midpoint Design Review Milestone This milestone occurs after the Contractor submits a Midpoint Design Review Submittal acceptable to the Department. The primary objective of this milestone review is to review the progress and adequacy of the selected design approach and evaluate specification compliance. The Contractor shall successfully complete the Initial Design Review Milestone (section 4.2.3 above) for the Department’s review TS-01 Requirement #4.2.4-1 and Approval prior to commencing the following work.

The Contractor shall develop and provide a Submittal as detailed in section 4.6 below and meeting all Requirements described below (hereafter the Midpoint Design Review Submittal) at least twenty-one (21) calendar days prior to the scheduled successful TS-01 Requirement #4.2.4-2 completion of the Midpoint Design Review. The Contractor is encouraged to make partial deliveries much earlier than the twenty- one (21) day deadline to avoid creating a backlog in the Department’s review and comment process and corresponding delays.

TS-01 Requirement #4.2.4-3 The Midpoint Design Review Submittal shall include the Management Plan (see section 4.3 below). TS-01 Requirement #4.2.4-4 This Management Plan shall contain updates to the Progress Schedule. This Management Plan shall contain quality, security, configuration and change management, Software development, data migration, TS-01 Requirement #4.2.4-5 computer simulated testing and physical testing sections that remain 100% complete and are updated to address all Department comments from the Initial Design Review. This Management Plan shall contain training, installation, operations and Maintenance sections that are 100% complete and address TS-01 Requirement #4.2.4-6 all Department comments from the Initial Design Review. This Management Plan shall contain a Bill of Materials that remains 100% complete and is updated to address all Department TS-01 Requirement #4.2.4-7 comments from the Initial Design Review and issues discovered during the Contractor’s design process. The Midpoint Design Review Submittal shall include all Detailed Design Calculations (see section 11.4.1 below). At a minimum, each TS-01 Requirement #4.2.4-8 shall have an appropriate cover sheet and a description of the calculation’s scope and the calculation package as a whole shall be approximately 40% complete. The Midpoint Design Review Submittal shall include all Detailed Design Specifications (see section 11.4.2 below). At a minimum, TS-01 Requirement #4.2.4-9 each shall have an appropriate cover sheet, a complete table of contents and a conceptual outline and the calculation package as a whole shall be approximately 40% complete.

The Midpoint Design Review Submittal shall include all Detailed Design Drawings (see section 11.4.3 below). At a minimum, each TS-01 Requirement #4.2.4-10 shall have an appropriate title, border and background and the drawing package as a whole shall be approximately 80% complete.

Page 7 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Midpoint Design Review Submittal shall include all Shop Drawings (see section 11.4.4 below). At a minimum, each shall have an TS-01 Requirement #4.2.4-11 appropriate cover sheet, a complete table of contents and a conceptual outline and the calculation package as a whole shall be approximately 40% complete. The Midpoint Design Review Submittal shall include all MOT drawings and specifications (see section 11.5 below). At a minimum, TS-01 Requirement #4.2.4-12 each shall have an appropriate cover sheet, a complete table of contents and a conceptual outline and the MOT package as a whole shall be approximately 40% complete. The Midpoint Design Review Submittal shall include the System Design Requirements document (see section 5.2 below). It shall be TS-01 Requirement #4.2.4-13 100% complete and address all Department comments from the Initial Design Review and issues discovered during the Contractor’s design process.

The Midpoint Design Review Submittal shall include the System Detailed Design document (see section 5.3 below). At a minimum, TS-01 Requirement #4.2.4-14 this document shall contain a complete table of contents and a conceptual outline and be approximately 40% complete.

The Midpoint Design Review Submittal shall include the Detailed Test Procedures document (see section 5.4 below) updated to address all Department comments from the Initial Design Review and issues discovered during the Contractor’s design process. TS-01 Requirement #4.2.4-15 The Factory Acceptance Test, Revenue Service Acceptance Test and Project Acceptance Test aspects of the Detailed Test Procedures document shall each be 80% complete. The Midpoint Design Review Submittal shall include all System Manuals (see sections 5.5.1 through 5.5.4 below) updated to address all Department comments from the Initial Design Review and issues discovered during the Contractor’s design process. The system TS-01 Requirement #4.2.4-16 administrator manual, supervisor manual, user manual and system Maintenance manual package as a whole shall be approximately 40% complete. The Midpoint Design Review Submittal shall include all Training Materials (see sections 5.6.1 through 5.6.3 below) updated to address all Department comments from the Initial Design Review and issues discovered during the Contractor’s design process. TS-01 Requirement #4.2.4-17 The instructor guide, training aid and student workbook package for all four (4) courses as a whole shall be approximately 40% complete. The Contractor shall revise the documents and drawings above as necessary for the Department to declare each document or TS-01 Requirement #4.2.4-18 drawing above as conditionally Approved for the specified level of completeness. The Contractor shall provide all of the documents above in two (2) electronic versions, where one version reflects changes from TS-01 Requirement #4.2.4-19 the previous submittal as markups (“red lines”) and the other version is in clean form.

Prior to successful completion of the Midpoint Design Review Milestone, the Contractor shall provide the Department with an TS-01 Requirement #4.2.4-20 updated complete list of the information needs and decisions required from the Department to keep the project on schedule.

Prior to successful completion of the Midpoint Design Review Milestone, the Contractor shall demonstrate the Toll System’s use of TS-01 Requirement #4.2.4-21 the complete interface with the VDOT Advanced Traffic Management System. Prior to successful completion of the Midpoint Design Review Milestone, the Contractor shall demonstrate the Toll System’s use of TS-01 Requirement #4.2.4-22 the complete interface with the VDOT’s E-ZPass CSC. Prior to successful completion of the Midpoint Design Review Milestone, the Contractor shall demonstrate significant progress toward completing development of fully integrated simulation (further detailed in section 11.3 below) for the: TS-01 Requirement #4.2.4-23 a) Host Subsystem, including the full interface with the VDOT Advanced Traffic Management System b) Function at each of ORT Zone Subsystem locations and each such location’s interface with the Host Subsystem

Page 8 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

Prior to successful completion of the Midpoint Design Review Milestone, the Contractor shall demonstrate significant progress toward being able to operate a mix of simulated ORT Zone Subsystem locations, a physical ORT Zone Subsystem and a physical TS-01 Requirement #4.2.4-24 Host Subsystem during Factory Acceptance Test in order to validate the Toll System’s dynamic pricing, price sign display script generation, transaction processing, toll rate determination and other functions for effective congestion management.

Prior to successful completion of the Midpoint Design Review Milestone, the Contractor shall demonstrate completion of all TS-01 Requirement #4.2.4-25 simulation scenarios, test scripts and tools described in section 11.3 below. The Contractor shall schedule a comments review meeting to review the comments provided by the Department for this milestone TS-01 Requirement #4.2.4-26 submittal. The Contractor’s management team, key personnel and an employee of each subcontractor shall attend the comment review meeting. 4.2.5 100% Design Review Milestone This milestone occurs after the Contractor submits a 100% Design Review Submittal acceptable to the Department. The primary objective of this milestone review is to review the 100% complete System design and evaluate Contractor readiness for Factory Acceptance Test. The Contractor shall successfully complete Midpoint Design Review Milestone (section 4.2.4 above) for the Department’s review TS-01 Requirement #4.2.5-1 and Approval prior to commencing the following work.

The Contractor shall develop and provide a Submittal as detailed in section 4.6 below and meeting all Requirements described below (hereafter the 100% Design Review Submittal) at least twenty-one (21) calendar days prior to the scheduled successful TS-01 Requirement #4.2.5-2 completion of the 100% Design Review. The Contractor is encouraged to make partial deliveries much earlier than the twenty-one (21) day deadline to avoid creating a backlog in the Department’s review and comment process and corresponding delays.

TS-01 Requirement #4.2.5-3 The 100% Design Review Submittal shall include the Management Plan (see section 4.3 below). TS-01 Requirement #4.2.5-4 This Management Plan shall contain updates to the Progress Schedule. This Management Plan shall remain 100% complete and include updates to address all Department comments from the Midpoint TS-01 Requirement #4.2.5-5 Design Review. This Management Plan shall contain a Bill of Materials that is also updated to address issues discovered during the Contractor’s TS-01 Requirement #4.2.5-6 design process. The 100% Design Review Submittal shall include a list of all COTS Equipment and all firmware changes released by the respective manufacturer; a detailed description of which will be applied to all Factory Acceptance Test Equipment; and a detailed description of TS-01 Requirement #4.2.5-7 which will be applied to all Equipment installed by the Contractor at the Department’s facilities prior to Revenue Service Acceptance Test.

The 100% Design Review Submittal shall include a list of all COTS Software and all new versions, patches and fixes released by the TS-01 Requirement #4.2.5-8 respective manufacturer; a detailed description of which will be installed for Factory Acceptance Test; and a detailed description of which will be installed by the Contractor at the Department’s facilities prior to Revenue Service Acceptance Test.

The 100% Design Review Submittal shall include all Detailed Design Calculations (see section 11.4.1 below). Each shall be 100% TS-01 Requirement #4.2.5-9 complete and updated to address all Department comments from the Midpoint Design Review. The 100% Design Review Submittal shall include all Detailed Design Specifications (see section 11.4.2 below). Each shall be 100% TS-01 Requirement #4.2.5-10 complete and updated to address all Department comments from the Midpoint Design Review.

Page 9 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The 100% Design Review Submittal shall include all Detailed Design Drawings (see section 11.4.3 below). Each shall be 100% TS-01 Requirement #4.2.5-11 complete and updated to address all Department comments from the Midpoint Design Review. The 100% Design Review Submittal shall include all Shop Drawings (see section 11.4.4 below). At a minimum, each shall have an TS-01 Requirement #4.2.5-12 appropriate cover sheet describing each drawing’s scope and the Shop Drawing package as a whole shall be approximately 80% complete and updated to address all Department comments from the Midpoint Design Review. The 100% Design Review Submittal shall include all installation checklists for use in the field and addressing System Integration items that include but are not limited to: a) A complete listing of all Toll System switch settings TS-01 Requirement #4.2.5-13 b) A complete listing of any other Hardware configuration parameters c) A complete listing of Software configuration parameters d) Software installation, configuration and initialization instructions e) Each shall be 100% complete. The 100% Design Review Submittal shall include all installation checklists for use in the field and derived from the Infrastructure TS-01 Requirement #4.2.5-14 Documentation. Each shall be 100% complete.

The 100% Design Review Submittal shall include all MOT drawings and specifications (see section 11.5 below). At a minimum, each TS-01 Requirement #4.2.5-15 shall have an appropriate cover sheet and a description of the drawings scope and the MOT drawing package as a whole shall be approximately 80% complete and address all Department comments from the Midpoint Design Review.

The 100% Design Review Submittal shall include the System Design Requirements document (see section 5.2 below) addressing all TS-01 Requirement #4.2.5-16 Department comments from the Midpoint Design Review and it shall be 100% complete. The 100% Design Review Submittal shall include the System Detailed Design document (see section 5.3 below) addressing all TS-01 Requirement #4.2.5-17 Department comments from the Midpoint Design Review and it shall be 100% complete. The 100% Design Review Submittal shall include the Detailed Test Procedures document (see section 5.4 below) addressing all Department comments from the Midpoint Design Review and each shall be 100% complete, including: TS-01 Requirement #4.2.5-18 a) Factory Acceptance Test b) Revenue Service Acceptance Test c) Project Acceptance Test The 100% Design Review Submittal shall include all System Manuals (see sections 5.5.1 through 5.5.4 below) addressing all Department comments from the Midpoint Design Review and each shall be 100% complete, including: a) System Administrator Manual TS-01 Requirement #4.2.5-19 b) Supervisor Manual c) User Manual d) System Maintenance Manual The 100% Design Review Submittal shall include all Training Materials (described in sections 5.6.1 through 5.6.3 below). At a minimum, each shall have an appropriate cover sheet, a complete table of contents and a conceptual outline and the training materials package as a whole shall be approximately 80% complete, including: TS-01 Requirement #4.2.5-20 a) An instructor guide for each of the four (4) courses in section 8 below b) Training aids for each of the four (4) courses in section 8 below c) Student workbooks for each of the four (4) courses in section 8 below The Contractor shall revise the documents and drawings above as necessary for the Department to declare each document or TS-01 Requirement #4.2.5-21 drawing above as conditionally Approved for the specified level of completeness.

Page 10 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Contractor shall provide all of the documents above in two (2) electronic versions, where one version reflects changes from TS-01 Requirement #4.2.5-22 the previous submittal as markups (“red lines”) and the other version is in clean form. Prior to successful completion of the 100% Design Review Milestone, the Contractor shall demonstrate completion of all simulation TS-01 Requirement #4.2.5-23 scenarios, test scripts and tools described in section 11.3 below. Each shall be 100% complete and updated to address all Department comments from the Midpoint Design Review. Prior to successful completion of the 100% Design Review Milestone, the Contractor shall demonstrate completion of all simulation (further detailed in section 11.3 below) of the: TS-01 Requirement #4.2.5-24 a) Host Subsystem, including the VDOT Advanced Traffic Management System interface b) Function at each of the ORT Zone Subsystem locations and each such location’s interface to the Host Subsystem

Prior to successful completion of the 100% Design Review Milestone, the Contractor shall demonstrate operation of a mix of simulated ORT Zone Subsystem locations, a physical ORT Zone Subsystem and a physical Host Subsystem and this configuration’s TS-01 Requirement #4.2.5-25 ability to validate the Toll System’s dynamic pricing, price sign display script generation, transaction processing, toll rate determination and other functions for effective congestion management during Factory Acceptance Test.

Prior to successful completion of the 100% Design Review Milestone, the Contractor shall provide the Department with an updated TS-01 Requirement #4.2.5-26 complete list of the information needs and decisions required from the Department to keep the project on schedule.

The Contractor shall schedule a comments review meeting to review the comments provided by the Department for this milestone TS-01 Requirement #4.2.5-27 submittal. The Contractor’s management team, key personnel and an employee of each subcontractor shall attend the comment review meeting. 4.2.6 Factory Acceptance Test Milestone This milestone occurs at the successful completion of Factory Acceptance Test, as solely determined by the Department. The primary objective of this milestone is to demonstrate successful integration and operation of all Toll System Equipment and Software. The Contractor shall successfully complete the 100% Design Review Milestone (section 4.2.4 above) for the Department’s review TS-01 Requirement #4.2.6-1 and Approval prior to commencing the following work.

Fourteen (14) calendar days prior to the start of Factory Acceptance Test, the Contractor shall confirm that the test configurations TS-01 Requirement #4.2.6-2 used in Factory Acceptance Test shall be the same as those described in the Detailed Test Procedures or report any proposed exceptions. Acceptance of such proposed exceptions shall be at the sole discretion of the Department.

Fourteen (14) calendar days prior to the start of Factory Acceptance Test, the Contractor shall provide an updated list of all COTS TS-01 Requirement #4.2.6-3 Equipment and all firmware changes released by the respective manufacturer and a detailed description of which will be applied to all Factory Acceptance Test Equipment. Fourteen (14) calendar days prior to the start of Factory Acceptance Test, the Contractor shall provide an updated list of all COTS TS-01 Requirement #4.2.6-4 Software and all new versions, patches and fixes released by the respective manufacturer and a detailed description of which will be installed on all systems used in Factory Acceptance Test. Fourteen (14) calendar days prior to the start of Factory Acceptance Test, the Contractor shall electronically provide to the TS-01 Requirement #4.2.6-5 Department a copy of all checklists, forms and other means that will be used to manually record Factory Acceptance Test observations and results.

Page 11 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Contractor shall repeat Factory Acceptance Test in its entirety until the Department is satisfied that the Toll System meets all TS-01 Requirement #4.2.6-6 stated Requirements.

Prior to successful completion of the Factory Acceptance Test Milestone, the Contractor shall provide the Department with an TS-01 Requirement #4.2.6-7 updated complete list of the information needs and decisions required from the Department to keep the project on schedule.

The Contractor shall schedule a working meeting to review the Factory Acceptance Test observations. The Contractor’s TS-01 Requirement #4.2.6-8 management team, key personnel and an employee of each subcontractor shall attend the working meeting. Requirements specific to conducting Factory Acceptance Test are detailed in section 7 below. Requirements for the management of Factory Acceptance Test activities are detailed in section 4.3.9 below. 4.2.7 Installation-Ready Design Review Milestone This milestone occurs after the Contractor submits an Installation-Ready Design Review Submittal acceptable to the Department. The primary objective of this milestone is to demonstrate a high state of readiness before Equipment is installed at the Department’s facilities. The Contractor shall successfully complete the Factory Acceptance Test Milestone (see section 4.2.6 above) for the Department’s TS-01 Requirement #4.2.7-1 review and Approval prior to commencing the following work. The Contractor shall develop and provide a Submittal as detailed in section 4.6 of this TS-01 document and meeting all Requirements described below (hereafter the Installation-Ready Design Review Submittal) at least twenty-one (21) calendar days prior to the scheduled successful completion of the Installation-Ready Design Review. The Contractor is encouraged to make TS-01 Requirement #4.2.7-2 partial deliveries much earlier than the twenty-one (21) day deadline to avoid creating a backlog in the Department’s review and comment process and corresponding delays. Additional Requirements common to each Submittal are detailed in section 4.6 of this TS-01 document. The Installation-Ready Design Review Submittal shall include the Management Plan (see section 4.3 below) updated such that it TS-01 Requirement #4.2.7-3 addresses all comments from the 100% Design Review for the Department’s review and Approval. TS-01 Requirement #4.2.7-4 This Management Plan shall include a Progress Schedule that is updated to reflect the then-current status. TS-01 Requirement #4.2.7-5 This Management Plan shall contain a Bill of Materials that is updated to reflect the then-current status. The Installation-Ready Design Review Submittal shall include a list of all COTS Equipment and all firmware changes released by the TS-01 Requirement #4.2.7-6 respective manufacturer and a detailed description of which will be applied to all Equipment installed by the Contractor at the Department’s facilities prior to Revenue Service Acceptance Test. The Installation-Ready Design Review Submittal shall include a list of all COTS Software and all new versions, patches and fixes TS-01 Requirement #4.2.7-7 released by the respective manufacturer and a detailed description for those that will be installed by the Contractor at the Department’s facilities prior to Revenue Service Acceptance Test. The Installation-Ready Design Review Submittal shall include all Detailed Design Calculations in electronic form (see section 11.4.1 TS-01 Requirement #4.2.7-8 below). Each shall address all comments from the 100% Design Review for the Department’s review and Approval and be 100% complete. The Installation-Ready Design Review Submittal shall include all Detailed Design Specifications in electronic form (see section 11.4.2 TS-01 Requirement #4.2.7-9 below). Each shall address all comments from the 100% Design Review for the Department’s review and Approval and be 100% complete. The Installation-Ready Design Review Submittal shall include all Detailed Design Drawings in electronic form (see section 11.4.3 TS-01 Requirement #4.2.7-10 below). Each shall address all comments from the 100% Design Review for the Department’s review and Approval and be 100% complete.

Page 12 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

The Installation-Ready Design Review Submittal shall include all Shop Drawings in electronic form (see section 11.4.4 below). Each TS-01 Requirement #4.2.7-11 shall address all comments from the 100% Design Review for the Department’s review and Approval and be 100% complete.

The Installation-Ready Design Review Submittal shall include all MOT Drawings in electronic form (see section 11.5 below). Each TS-01 Requirement #4.2.7-12 shall address all comments from the 100% Design Review for the Department’s review and Approval and be 100% complete.

The Installation-Ready Design Review Submittal shall include all installation checklists for use in the field and addressing System Integration items that include but are not limited to: a) A complete listing of all Toll System switch settings b) A complete listing of any other Hardware configuration parameters TS-01 Requirement #4.2.7-13 c) A complete listing of Software configuration parameters d) Software installation, configuration and initialization instructions

Each shall address all comments from the 100% Design Review for the Department’s review and Approval and be 100% complete.

The Installation-Ready Design Review Submittal shall include all installation checklists for use in the field and derived from the TS-01 Requirement #4.2.7-14 Infrastructure Documentation. Each shall address all comments from the 100% Design Review for the Department’s review and Approval and be 100% complete. The Installation-Ready Design Review Submittal shall include the System Design Requirements document (see section 5.2 below). It TS-01 Requirement #4.2.7-15 shall address all comments from the 100% Design Review for the Department’s review and Approval; address all issues discovered by the Contractor subsequent to the 100% Design Review; and remain 100% complete. The Installation-Ready Design Review Submittal shall include the System Detailed Design document (see section 5.3 below). It shall TS-01 Requirement #4.2.7-16 address all comments from the 100% Design Review for the Department’s review and Approval; address all issues discovered by the Contractor subsequent to the 100% Design Review; and remain 100% complete. The Installation-Ready Design Review Submittal shall include the Detailed Test Procedures document (see section 5.4 below) updated to reflect any changes in test procedures and any additional test procedures performed to validate changes in the Hardware or Software since the 100% Design Review was completed including but not limited to: TS-01 Requirement #4.2.7-17 a) The Factory Acceptance Test procedures b) The Revenue Service Acceptance Test procedures c) The Project Acceptance Test procedures The Installation-Ready Design Review Submittal shall include all System Manuals (see sections 5.5.1 through 5.5.4 below). Each shall address all comments from the 100% Design Review for the Department’s review and Approval; address all issues discovered by the Contractor subsequent to the 100% Design Review; and remain 100% complete including the: TS-01 Requirement #4.2.7-18 a) System Administrator Manual b) Supervisor Manual c) User Manual d) System Maintenance Manual The Installation-Ready Design Review Submittal shall include all Training Materials (see sections 5.6.1 through 5.6.3 below). Each shall address all comments from the 100% Design Review for the Department’s review and Approval; address all issues discovered by the Contractor subsequent to the 100% Design Review; and remain 100% complete including the: TS-01 Requirement #4.2.7-19 a) Instructor guides for the four (4) courses in section 8 below b) Training aids for the four (4) courses in section 8 below

Page 13 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* c) Student workbooks for the four (4) courses in section 8 below The Contractor shall revise the documents and drawings above as necessary for the Department to declare each document or TS-01 Requirement #4.2.7-20 drawing above as conditionally Approved for the specified level of completeness. The Contractor shall provide all of the documents above in two (2) electronic versions, where one version reflects changes from TS-01 Requirement #4.2.7-21 the previous submittal as markups (“red lines”) and the other version is in clean form. Prior to successful completion of the Installation-Ready Design Review Milestone, the Contractor shall provide the Department TS-01 Requirement #4.2.7-22 with an updated complete list of the information needs and decisions required from the Department to keep the project on schedule. The Contractor shall schedule a comments review meeting to review the comments provided by the Department for this milestone TS-01 Requirement #4.2.7-23 submittal. The Contractor’s management team, key personnel and an employee of each subcontractor shall attend the comment review meeting. 4.2.8 System Installation Installation Requirements are detailed in Tolling Specification #03. The following only describes the work sequence Requirements for installation related to other Contract activities. On-site work by the Contractor shall be limited to Field Surveys (section 11.2 below) and meetings prior to successful completion TS-01 Requirement #4.2.8-1 of the Installation-Ready Design Review. The Contractor shall successfully complete the Installation-Ready Design Review Milestone (see section 4.2.7 above) prior to commencing installation at the following locations: a) Primary Host - VDOT Hampton Traffic Operations Center b) Secondary (back-up) Host - VDOT Bowers Hill Communication Hub TS-01 Requirement #4.2.8-2 c) Zone 1 Eastbound/Westbound (Reversible) d) Registry 1 Westbound e) Registry 2 Westbound f) Registry 3 Westbound The Contractor shall successfully complete the Installation-Ready Design Review Milestone (see section 4.2.7 above) and successfully complete Revenue Service Acceptance Test (see section 4.2.9 below) for all locations serving the westbound direction of travel prior to commencing installation at the following locations: a) Primary Host - VDOT Hampton Roads Traffic Operations Center TS-01 Requirement #4.2.8-3 b) Secondary (back-up) Host - VDOT Bowers Hill Communication Hub c) Zone 1 Eastbound/Westbound (Reversible) d) Registry 1 Westbound e) Registry 2 Westbound f) Registry 3 Westbound Prior to successful completion of Installation, the Contractor shall provide copies of the completed field use installation checklists addressing System Integration items that include but are not limited to: a) A complete listing of all Toll System switch settings TS-01 Requirement #4.2.8-4 b) A complete listing of any other Hardware configuration parameters c) A complete listing of Software configuration parameters d) Software installation, configuration and initialization instructions Prior to successful completion of Installation, the Contractor shall provide copies of the completed field use installation checklists TS-01 Requirement #4.2.8-5 derived from the Infrastructure Documentation. Page 14 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* 4.2.9 Revenue Service Acceptance Test Milestone This milestone occurs at the successful completion of Revenue Service Acceptance Test, as solely determined by the Department. Successful completion of this milestone affirms that revenue collection is being performed correctly by the Toll System at the Department’s facilities and related services. The Contractor shall, for the Department’s review and Approval, successfully complete all installation (section 4.2.8 above) at the following locations prior to commencing the work described below: a) Primary Host - VDOT Hampton Roads Traffic Operations Center b) Secondary (back-up) Host - VDOT Bowers Hill Communication Hub TS-01 Requirement #4.2.9-1 c) Zone 1 Eastbound/Westbound (Reversible) d) Registry 1 Westbound e) Registry 2 Westbound f) Registry 3 Westbound Fourteen (14) calendar days prior to the start of Revenue Service Acceptance Test, the Contractor shall provide an updated list of TS-01 Requirement #4.2.9-2 all COTS Equipment and all firmware changes released by the respective manufacturer and a detailed description of which will be applied to the Toll System Equipment installed at the Department’s facilities. Fourteen (14) calendar days prior to the start of Revenue Service Acceptance Test, the Contractor shall provide an updated list of TS-01 Requirement #4.2.9-3 all COTS Software and all new versions, patches and fixes released by the respective manufacturer and a detailed description of which will be installed on the Toll System. Fourteen (14) calendar days prior to the start of Revenue Service Acceptance Test, the Contractor shall provide the original TS-01 Requirement #4.2.9-4 Equipment manufacturer’s report regarding the tuning and certification of automatic vehicle identification Equipment (described in the TS-05 document) at all locations. Fourteen (14) calendar days prior to the start of Revenue Service Acceptance Test, the Contractor shall electronically provide to TS-01 Requirement #4.2.9-5 the Department a copy of all checklists, forms and other means that will be used to manually record Revenue Service Acceptance Test observations and results. The Contractor shall provide all materials for and conduct at least one session of each training course described in section 8 below TS-01 Requirement #4.2.9-6 prior to successful completion of Revenue Service Acceptance Test. The Contractor shall complete and provide receipts to the Department for the required escrow of Software (see section 4.10 TS-01 Requirement #4.2.9-7 below) prior to successful completion of Revenue Service Acceptance Test. The Contractor shall repeat Revenue Service Acceptance Test in its entirety until the Department is satisfied that the Toll System TS-01 Requirement #4.2.9-8 meets all described Requirements.

Prior to successful completion of the Revenue Service Acceptance Test, the Contractor shall provide the Department with an TS-01 Requirement #4.2.9-9 updated complete list of the information needs and decisions required from the Department to keep the project on schedule.

The Contractor shall schedule a working meeting to review the Department’s Revenue Service Acceptance Test observations for TS-01 Requirement #4.2.9-10 this milestone submittal. The Contractor’s management team, key personnel and an employee of each subcontractor shall attend the working meeting. Requirements specific to conducting Revenue Service Acceptance Test are detailed in section 7 below. Requirements for the management of Revenue Service Acceptance Test activities are detailed in section 4.3.9 below. 4.2.10 Project Acceptance Test Milestone

Page 15 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* This milestone occurs at the successful completion of Project Acceptance Test, as solely determined by the Department. Successful completion of this milestone further affirms that the Toll System is meeting the Department’s Requirements and that related services are being provided appropriately.

The Contractor shall successfully complete Revenue Service Acceptance Test (section 4.2.9 above) for the Department’s review and TS-01 Requirement #4.2.10-1 Approval and then operate the Toll System for sixty (60) calendar Days without incident prior to commencing the following work.

Fourteen (14) calendar days prior to the start of Project Acceptance Test, the Contractor shall review reporting history with the TS-01 Requirement #4.2.10-2 Department regarding the Contractor’s obligation to keep an updated list of all COTS Equipment and all firmware changes released by the respective manufacturer and a detailed description of their installation status and history.

Fourteen (14) calendar days prior to the start of Project Acceptance Test, the Contractor shall review reporting history with the TS-01 Requirement #4.2.10-3 Department regarding the Contractor’s obligation to keep an updated list of all COTS Software and all new versions, patches and fixes released by the respective manufacturer and a detailed description of their installation status and history.

Fourteen (14) calendar days prior to the start of Project Acceptance Test, the Contractor shall electronically provide to the TS-01 Requirement #4.2.10-4 Department a copy of all checklists, forms and other means that will be used to manually record Project Acceptance Test observations and results. The Contractor shall repeat Project Acceptance Test in its entirety until the Department is satisfied that the Toll System meets all TS-01 Requirement #4.2.10-5 described Requirements. The Contractor shall schedule a working meeting to review the Department’s Project Acceptance Test observations for this TS-01 Requirement #4.2.10-6 milestone submittal. The Contractor’s management team, key personnel and an employee of each subcontractor shall attend the working meeting. Requirements specific to conducting Project Acceptance Test are detailed in section 7 below. Requirements for the management of Project Acceptance Test activities are detailed in section 4.3.9 below. 4.2.11 As-Built Review Milestone This milestone is pre-requisite to project acceptance. The Contractor shall successfully complete the Project Acceptance Test Milestone (see section 4.2.6 above) for the Department’s TS-01 Requirement #4.2.11-1 review and Approval prior to commencing the following work.

The Contractor shall develop and provide a Submittal as detailed in section 4.6 below and meeting all Requirements described below (hereafter the As‑Built Review Submittal) at least twenty-one (21) calendar days prior to the scheduled successful TS-01 Requirement #4.2.11-2 completion of the As-Built Review. The Contractor is encouraged to make partial deliveries much earlier than the twenty-one (21) day deadline to avoid creating a backlog in the Department’s review and comment process and corresponding delays.

TS-01 Requirement #4.2.11-3 The As-Built Review Submittal shall include the Management Plan (see section 4.3 below). TS-01 Requirement #4.2.11-4 This Management Plan shall include a Progress Schedule updated to reflect the then-current status. TS-01 Requirement #4.2.11-5 This Management Plan shall contain a Bill of Materials updated to reflect the then-current status. This Management Plan shall contain a Bill of Materials that is also updated to reflect the then-current Toll System installation at the TS-01 Requirement #4.2.11-6 Department’s facilities and spare parts stocking.

The As-Built Review Submittal shall include a list of all COTS Equipment and all firmware changes released by the respective TS-01 Requirement #4.2.11-7 manufacturer and a detailed description of which are applied to Toll System Equipment at the Department’s facilities.

Page 16 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The As-Built Review Submittal shall include a list of all COTS Software and all new versions, patches and fixes released by the TS-01 Requirement #4.2.11-8 respective manufacturer and a detailed description of which are applied to the Toll System. The As-Built Review Submittal shall include Detailed Design Calculations in electronic form (see section 11.4.1 below) that are 100% TS-01 Requirement #4.2.11-9 complete, updated such that they address all Department comments from the Installation-Ready Design Review and reflect the then- current condition of the Toll System. The As-Built Review Submittal shall include these Detailed Design Calculations in hardcopy form as follows: a) Five (5) bound paper copies printed double-sided, on quality paper cut to 8.5” by 11” size TS-01 Requirement #4.2.11-10 b) One (1) unbound paper copy printed single-sided, on quality paper cut to 8.5” by 11” size and easily reproducible within the Department c) The EOR shall sign and emboss the cover sheet of all such paper copies with their seal. The As-Built Review Submittal shall include Detailed Design Specifications in electronic form (see section 11.4.2 below) that are TS-01 Requirement #4.2.11-11 100% complete, updated such that they address all Department comments from the Installation-Ready Design Review and reflect the then-current condition of the Toll System. The As-Built Review Submittal shall include these Detailed Design Specifications in hardcopy form as follows: a) Five (5) bound paper copies printed double-sided, on quality paper cut to 8.5” by 11” size TS-01 Requirement #4.2.11-12 b) One (1) unbound paper copy printed single-sided, on quality paper cut to 8.5” by 11” size and easily reproducible within the Department c) The EOR shall sign and emboss the cover sheet of all such paper copies with their seal. The As-Built Review Submittal shall include Detailed Design Drawings in electronic form (see section 11.4.3 below) that are 100% TS-01 Requirement #4.2.11-13 complete, updated such that they address all Department comments from the Installation-Ready Design Review and reflect the then- current condition of the Toll System. The As-Built Review Submittal shall include the Detailed Design Drawings in hardcopy form as follows: a) Five (5) bound paper copies printed double-sided, on quality paper TS-01 Requirement #4.2.11-14 b) One (1) unbound paper copy printed single-sided, on quality paper and easily reproducible within the Department c) The EOR shall sign and emboss the cover sheet of all such paper copies with their seal. The As-Built Review Submittal shall include Shop Drawings in electronic form (see section 11.4.4 below) that are 100% complete, TS-01 Requirement #4.2.11-15 updated such that they address all Department comments from the Installation-Ready Design Review and reflect the then-current condition of the Toll System. The As-Built Review Submittal shall include these Shop Drawings in hardcopy form as follows: a) Five (5) bound paper copies printed double-sided, on quality paper TS-01 Requirement #4.2.11-16 b) One (1) unbound paper copy printed single-sided, on quality paper and easily reproducible within the Department c) The EOR shall sign and emboss the cover sheet of all such paper copies with their seal. The As-Built Review Submittal shall include copies of the 100% complete field use installation checklists addressing System Integration items with updates that reflect the then-current condition of the Toll System including but are not limited to: a) A complete listing of all Toll System switch settings TS-01 Requirement #4.2.11-17 b) A complete listing of any other Hardware configuration parameters c) A complete listing of Software configuration parameters d) Software installation, configuration and initialization instructions The As-Built Review Submittal shall include 100% complete field use installation checklists derived from the Infrastructure TS-01 Requirement #4.2.11-18 Documentation and updated to reflect the then-current condition of the Toll System.

Page 17 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The As-Built Review Submittal shall include the System Design Requirements document (see section 5.2 below) that is 100% TS-01 Requirement #4.2.11-19 complete, updated such that it addresses all Department comments from the Installation-Ready Design Review and reflects the then- current condition of the Toll System. The As-Built Review Submittal shall include the System Detailed Design document (see section 5.3 below) that is 100% complete, TS-01 Requirement #4.2.11-20 updated such that it addresses all Department comments from the Installation-Ready Design Review and reflects the then-current condition of the Toll System. The As-Built Review Submittal shall include the Detailed Test Procedures document (see section 5.4 below) updated to reflect any changes in test procedures and any additional test procedures performed to validate changes in the Hardware or Software since Installation-Ready Design Review was completed including but not limited to: TS-01 Requirement #4.2.11-21 a) The Factory Acceptance Test procedures b) The Revenue Service Acceptance Test procedures c) The Project Acceptance Test procedures The As-Built Review Submittal shall include System Manuals (see sections 5.5.1 through 5.5.4 below) updated such that they address all comments from the Installation-Ready Design Review; they address all issues discovered through testing or use subsequent to the Installation‑Ready Design Review; and they are 100% complete including the: TS-01 Requirement #4.2.11-22 a) System Administrator Manual b) Supervisor Manual c) User Manual d) System Maintenance Manual The Installation-Ready Design Review Submittal shall include Training Materials (see sections 5.6.1 through 5.6.3 below) updated such that they address all comments from the Installation-Ready Design Review; they address all issues discovered through testing or use subsequent to the Installation‑Ready Design Review; and they are 100% complete including the: TS-01 Requirement #4.2.11-23 a) Instructor guides for the four (4) courses in section 8 below b) Training aids for the four (4) courses in section 8 below c) Student workbooks for the four (4) courses in section 8 below The Contractor shall revise the documents and drawings above as necessary for the Department to declare each document or TS-01 Requirement #4.2.11-24 drawing above as conditionally Approved. The Contractor shall provide all of the documents above in two (2) electronic versions, where one version reflects changes from TS-01 Requirement #4.2.11-25 the previous submittal as markups (“red lines”) and the other version is in clean form. 4.2.12 Capital Project Close-Out Milestone This is the final milestone in the capital project. The Contractor shall successfully complete eighteen (18) months of Toll System operations and Maintenance work after the TS-01 Requirement #4.2.12-1 Revenue Service Acceptance Test Milestone (described in section 4.2.9 above) and the As-Built Review Milestone (described in section 4.2.11 above) prior to close-out of the capital project. 4.3 Management Plan The Offeror shall include in their Proposal a summary of no more than one page-side, describing their approach to developing and updating management documentation and how this approach will address the Requirements below. The Offeror shall state in their Proposal whether separate documents will be maintained for each of the Requirements in this section 4.3 of TS-01; shall reflect all document approval and control procedures; and shall address the review cycles and related schedule dependencies.

Page 18 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Offeror shall include in their Proposal a Progress Schedule, as directed by the RFP, in Gantt Chart format and showing the Critical Path(s) identified during the Offeror’s initial analysis. The Contractor shall develop and furnish a comprehensive Management Plan as described below. The Management Plan shall contain an executive summary that describes all significant features of the Contractor’s approach toward TS-01 Requirement #4.3-1 the management of the project team and resources of the project and the Contractor’s overall technical approach to the entire project.

The Management Plan shall provide a detailed description of the Contractor’s project management methodology and procedures. TS-01 Requirement #4.3-2 This description shall include the process, personnel and mechanisms that the Contractor will use to identify all issues and concerns early in the project and then formulate and successfully execute plans to resolve such issues and concerns.

TS-01 Requirement #4.3-3 The Management Plan shall provide a detailed description of the EOR’s assessment, design, review, and oversight processes.

The Contractor shall submit the Management Plan to the Department in electronic form consisting of source files in .DOCX TS-01 Requirement #4.3-4 (compatible with Microsoft Word 2010) or .XLSX (compatible with Microsoft Excel 2010). The Contractor shall submit the Management Plan to the Department in electronic form consisting of a copy of each source file TS-01 Requirement #4.3-5 above after conversion to .PDF format for printing on 8.5” by 11” paper. 4.3.1 Management Approach TS-01 Requirement #4.3.1-1 The Management Plan shall contain a section labeled “Project Management Approach”. Such plan section shall describe the Contractor’s approach to project management sufficiently to enable the Department to review TS-01 Requirement #4.3.1-2 and confirm that the Contractor has the necessary management, staff, and controls in place to meet the Requirements of the Contract Such plan section shall include an Organization Chart identifying all key personnel (described in section 4.1 above) and showing the TS-01 Requirement #4.3.1-3 reporting structure used in this Contract. Such plan section shall describe how the Contractor plans to manage staffing, scheduling and communication procedures for controlling all correspondence, submittals, and other communications between the Contractor and the Department, TS-01 Requirement #4.3.1-4 communications with the EOR and communications with the operator of the VDOT Advanced Traffic Management System and VDOT’s E-ZPass CSC, civil contractors and other third parties. Such plan section shall describe how the Contractor plans to document invoice submission; provide invoice backup information; and TS-01 Requirement #4.3.1-5 support the Department’s verification and Approval process. Such plan section shall contain samples of all forms including but not limited to: TS-01 Requirement #4.3.1-6 a) Meeting agendas b) Documentation of agreements reached in meetings c) Action items tracking log d) Monthly progress report e) Invoices Such plan section shall include a sample comments sheet and describe the Contractor’s process for validating that all comments TS-01 Requirement #4.3.1-7 provided by the Department on Contractor deliverables are successfully addressed. 4.3.2 Progress Schedule TS-01 Requirement #4.3.2-1 The Management Plan shall contain a section labeled “Progress Schedule”.

Page 19 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* Such plan section shall contain a Progress Schedule depicting how the Contractor will manage and coordinate all of its work and deliverables specified in this TS-01 document and all of the other Tolling Specifications (TS) documents so as to successfully mitigate risk and achieve the milestone dates specified by the Department. Coordination work items that are the responsibility of others shall be included within the Progress Schedule including but not limited to: TS-01 Requirement #4.3.2-2 a) Host locations operational and available for Host installation b) Zone 1 Eastbound/Westbound (Reversible) infrastructure available for installation c) Westbound Registry 1, 2 and 3 infrastructures available for installation d) Pricing signs active and commissioned

The Progress Schedule shall be created and maintained using Microsoft Project 2010 or a newer version of Microsoft Project as TS-01 Requirement #4.3.2-3 Approved by the Department. All schedule submittals to the Department shall be in both Microsoft Project and in PDF formats.

TS-01 Requirement #4.3.2-4 The Progress Schedule shall show all resources and their availability and loading. The Progress Schedule shall clearly show the sequence of all work under this Contract, including but not limited to: a) Toll System Requirements, design, development and documentation tasks b) Toll System computer simulated testing tasks TS-01 Requirement #4.3.2-5 c) Toll System infrastructure design and construction tasks, including EOR tasks d) Toll System training classes e) Toll System installation tasks f) Toll System physical testing tasks The Progress Schedule shall clearly show the sequence of all Submittals, Milestone Reviews, Testing and Installation for each part of TS-01 Requirement #4.3.2-6 this Contract. The first draft of the Progress Schedule Approved by the Department after execution or amendment of the Contract shall be the TS-01 Requirement #4.3.2-7 baseline schedule. The Contractor shall prepare and submit an updated Progress Schedule to the Department at every progress meeting (see section 4.4.2 below) and as part of the management plan in accordance with the milestone Requirements (see section 4.2 above). Each such updated Progress Schedule shall: a) Show the baseline schedule dates for each milestone as originally Approved by the Department TS-01 Requirement #4.3.2-8 b) Reflect updated resource availability and loading c) Provide a complete outline of all tasks and activities required for the successful execution of each project under this Contract and resulting milestone dates d) Clearly show all critical path tasks and activities and be accompanied by a written report by the Project Manager detailing their analysis of the critical schedule paths and their assessment of available mitigation plans. 4.3.3 Quality TS-01 Requirement #4.3.3-1 The Management Plan shall contain a section labeled “Quality Management”. TS-01 Requirement #4.3.3-2 Such plan section shall describe the Quality Manager’s responsibilities and authority. Such plan section shall detail the Contractor’s quality program and state which processes are applied to the Work and each TS-01 Requirement #4.3.3-3 resulting Deliverable specified in this TS-01 document and all of the other Tolling Specification (TS) documents so as to successfully mitigate risk and achieve the milestone dates specified by the Department. TS-01 Requirement #4.3.3-4 Such plan section shall detail the procedures of each process in the Contractor’s quality program. Such plan section shall identify the individuals employed by the Contractor to perform each quality procedure and any additional TS-01 Requirement #4.3.3-5 training they will require. Page 20 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* Such plan section shall identify the individuals employed by the Contractor to oversee the quality program and any additional TS-01 Requirement #4.3.3-6 training they will require. Such plan section shall describe the Contractor’s process for managing and overseeing activities related to any other quality TS-01 Requirement #4.3.3-7 Requirements including but not limited to those identified in section 4.7 below. The list above describes the quality aspects that the Management Plan must address. Additional quality Requirements are specified in section 4.7 below and in the TS-02 document. 4.3.4 Security TS-01 Requirement #4.3.4-1 The Management Plan shall contain a section labeled “Security Management”. TS-01 Requirement #4.3.4-2 Such plan section shall detail the Contractor’s approach to personnel security under this Contract.

TS-01 Requirement #4.3.4-3 Such plan section shall detail the Contractor’s approach to physical security (e.g. facility, tools, Equipment, etc.) under this Contract.

Such plan section shall detail the Contractor’s approach to data security under this Contract. Such detail shall include but not be limited to which of the following items will be fully automated, which will require manual oversight and intervention, the degree of manual oversight and intervention required after the Toll System is installed at the Department’s facilities and each party responsible for such oversight and intervention: • Firewalls TS-01 Requirement #4.3.4-4 • Virtual private networks • Intrusion detection and prevention • Unauthorized access detection and prevention • Virus protection • Spam protection • Denial-of-service attack protection Such plan section shall detail how the Contractor will remotely access, analyze, perform manual data entry and load Software onto the Toll System and all measures that the Contractor shall take to: TS-01 Requirement #4.3.4-5 a) Maintain network security such that no virus or malware is introduced to the Toll System b) Prevent any copies or other unauthorized use of Toll System data Such plan section shall identify the individuals employed by the Contractor to perform each data security procedure and any TS-01 Requirement #4.3.4-6 additional training they will require. Such plan section shall identify the individuals employed by the Contractor to oversee the data security aspects of the security TS-01 Requirement #4.3.4-7 program and any additional training they will require. Such plan section shall detail the party responsible for all activities necessary to comply with the Commonwealth of Virginia security Requirements that are available at: http://www.vita.virginia.gov/library/default.aspx?id=537#securityPSGs Such activities shall include, at a minimum TS-01 Requirement #4.3.4-8 a) An initial information security risk assessment of the Toll System solution b) Backup of the Toll System c) Recovery of the Toll System d) Other contingency plans related to the Toll System and supporting services The list above describes the security aspects that the Management Plan must address.

Page 21 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* Additional security Requirements include but are not limited to those specified in section 4.8 below; in sections 5.1.2 and 5.1.3 below; and in the TS-02 document. 4.3.5 Configuration and Change Management TS-01 Requirement #4.3.5-1 The Management Plan shall contain a section labeled “Configuration and Change Management”. TS-01 Requirement #4.3.5-2 The Contractor shall employ a comprehensive configuration and change management program. Such plan section shall detail the Contractor’s approach to configuration and change management under this Contract. Such plan section shall describe the Contractor’s process for effectively tracking and managing all Software corrections, engineering changes, TS-01 Requirement #4.3.5-3 COTS Software release levels, COTS Software patches and other changes subsequent to the design baseline being established as described above. Such plan section shall detail the processes and procedures that the Contractor will use to: a) Establish a baseline design of the Toll System prior to Factory Acceptance Test b) Notify the Department of any proposed design change to the Toll System c) Test each proposed design change to the Toll System d) Obtain Department Approval of any proposed design change to the Toll System and for changes that are: TS-01 Requirement #4.3.5-4 • Approved in writing by the Department, ensure that the Factory Acceptance Test installation and/or installations of the Toll System at the Department’s facilities are changed in accordance with the Department’s Approval

• Not approved in writing by the Department, ensure the Factory Acceptance Test installation and any installation of the Toll System at the Department’s facilities remain unchanged e) Update all affected documentation and the Software escrow to reflect any design change Such plan section shall detail the procedure and roles of the various Contractor staff members in the review of the System Design TS-01 Requirement #4.3.5-5 Document and the Contractor’s method of conveying the results of this review when they notify the Department of any proposed change. Such plan section shall detail the procedure and roles of the various Contractor staff members in the review of Toll System test TS-01 Requirement #4.3.5-6 procedures and the Contractor’s method of conveying the results of this review when notifying the Department of any proposed change.

Such plan section shall detail the procedure, the roles of Contractor staff and the role of the EOR in the review of Detailed Design TS-01 Requirement #4.3.5-7 Calculations, Detailed Design Specifications, Detailed Design Drawings and Shop Drawings as part of any proposed change.

Such plan section shall identify the individuals employed by the Contractor to oversee configuration and change management and TS-01 Requirement #4.3.5-8 any additional training they will require. Such plan section shall detail the Contractor’s process for ensuring that all COTS Software utilized by the Toll System is maintained TS-01 Requirement #4.3.5-9 at fully supported versions from their original manufacturers for the duration of the Contract. Such plan section shall detail the Contractor’s process for identifying all patches and Software updates to COTS Software necessary TS-01 Requirement #4.3.5-10 to maintain the required levels of security and functionality and immediately notifying the Department whenever any update or patch is released by the manufacturer. Such plan section shall detail the Contractor’s process for determining the appropriate extent of Software testing required for TS-01 Requirement #4.3.5-11 patches and Software updates to COTS Software, reporting such determination and conducting such testing prior to patches and Software updates being applied to Toll System Equipment installed at the Department’s facilities.

Page 22 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

The list above describes the configuration and change management aspects that the Management Plan must address. Additional configuration and change management Requirements are specified in section 4.9 below and in the TS-02 document.

4.3.6 Software Development TS-01 Requirement #4.3.6-1 The Management Plan shall contain a section labeled “Software Development”.

Such plan section shall describe the Contractor’s overall technical approach and the framework used for Software development TS-01 Requirement #4.3.6-2 including but not limited to application architecture, behavior, business processes, security measures and data structures.

Such plan section shall describe the Contractor’s Software lifecycle approach to managing the necessary interfaces between various System development disciplines including but not limited to Software developers; system engineers; test engineers; Quality TS-01 Requirement #4.3.6-3 Assurance personnel; configuration and change management administrator; documentation specialists; project management staff; third parties for interfaces with external systems; and Software Maintenance personnel. TS-01 Requirement #4.3.6-4 Such plan section shall describe the Contractor’s problem reporting and tracking. Such plan section shall describe the Contractor’s process for preliminary testing by development staff including but not limited to TS-01 Requirement #4.3.6-5 regression, function, performance and recovery testing. Such plan section shall describe the Contractor’s: a) Software development standards b) Security standards c) Software development methodology such as use cases, modeling and other development tools d) Software development language strategy, platforms and technologies related to both development and Software Maintenance e) Approach to segregation of environments (development, testing and deployment) and the number of environments f) Maintenance of standard and baseline code bases and management of major releases g) Gap analysis of baseline code h) Code reviews and code development standards TS-01 Requirement #4.3.6-6 i) Source code control j) Regression testing, security and vulnerability testing k) Development and integration approach for the major functional modules l) Software quality control processes m) Software end-user documentation usability review n) Development documentation o) Technical Software code documentation for all code p) Software configuration and change management approach q) Samples of detailed Software documentation for both external and in-line documentation r) Detailed documentation of the development environment, including enough information that the environment could be completely replicated Such plan section shall describe the Contractor’s Software release process including but not limited to source code, compilers and TS-01 Requirement #4.3.6-7 the process for loading and verifying machine code. TS-01 Requirement #4.3.6-8 Such plan section shall describe the Contractor’s other activities pertinent to delivering Toll System Software. The list above describes the Software development process aspects that the Management Plan must address. Additional Software submittal Requirements are specified in section 5.1.1 below. Page 23 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* 4.3.7 Data Migration The Contractor’s approach to migrating data, configuration and operations to the Toll System and related Contract work shall be seamless to the customers and have minimal impact on existing operations. TS-01 Requirement #4.3.7-1 The Management Plan shall contain a section labeled “Data Migration”. Such plan section shall describe an approach to migrating data, configuration and operations to the Toll System and related TS-01 Requirement #4.3.7-2 Contract work that it is seamless to customers and has minimal impact on existing operations. Such plan section shall provide a detailed description of all tools and training necessary to map, check, clean, copy and migrate TS-01 Requirement #4.3.7-3 historic data.

Such plan section shall contain a detailed mapping of tables and fields used in the VDOT Advanced Traffic Management System that are relevant to the Toll System. This mapping shall identify exceptions and anomalies in the data structure of the VDOT Advanced TS-01 Requirement #4.3.7-4 Traffic Management System data; clearly describe how such exceptions/anomalies are addressed; clearly define any data transformations that are required, any data summarizations that are required; and any other data manipulations that are required.

Such plan section shall clearly define all historic VDOT Advanced Traffic Management System data the Contractor will need for TS-01 Requirement #4.3.7-5 development and testing. Such plan section shall identify each type of historic VDOT Advanced Traffic Management System data the Contractor will load on the Toll System, whether each type involves a copy of the data or data migration, how it is checked and cleaned and transformed, TS-01 Requirement #4.3.7-6 where it is loaded, how it is loaded, when it is loaded, approximately how long each step of this process will take and if more than one repetition of a process part is anticipated.

Such plan section shall contain a detailed mapping of tables and fields used in the VDOT E-ZPass CSC that are relevant to the Toll System. This mapping shall identify exceptions and anomalies in the data structure of the VDOT E-ZPass CSC data; clearly describe TS-01 Requirement #4.3.7-7 how such exceptions/anomalies are addressed; clearly define any data transformations that are required, any data summarizations that are required; and any other data manipulations that are required.

TS-01 Requirement #4.3.7-8 Such plan section shall clearly define all historic VDOT E-ZPass CSC data the Contractor will need for development and testing.

Such plan section shall identify each type of historic VDOT E-ZPass CSC data the Contractor will load on the Toll System, whether each type involves a copy of the data or data migration, how it is checked and cleaned and transformed, where it is loaded, how it is TS-01 Requirement #4.3.7-9 loaded, when it is loaded, approximately how long each step of this process will take and if more than one repetition of a process part is anticipated.

Such plan section shall clearly define the sequence of any data migration (i.e. which tables must be migrated in which order to TS-01 Requirement #4.3.7-10 ensure data integrity) by providing a detailed timeline showing each step in the migration process, responsible parties, expected durations, data validation points, etc. Such plan section shall similarly define the sequence and timeline of rollback activities.

Such plan section shall clearly define the method that the Contractor will use to test and validate data migration prior to actual TS-01 Requirement #4.3.7-11 cutover. Such plan section shall contain detailed migration validation procedures, queries, reports and any other tools necessary to demonstrate that the migration was completed successfully. The plan shall: a) Describe how these validation tools clearly highlight unexpected results and exceptions and the steps required to mitigate TS-01 Requirement #4.3.7-12 same

Page 24 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

b) Outline testing and the eventual Detailed Test Procedures that will be performed as part of Revenue Service Acceptance Test and Project Acceptance Test to verify that data was properly migrated from the toll system currently installed.

Such plan section shall provide a detailed data migration schedule that identifies all tasks required of the Department, the TS-01 Requirement #4.3.7-13 Contractor and all involved parties starting from the development of the plan to execution and successful completion of the Revenue Service Acceptance Test milestone. Such plan section shall provide data migration team organizational structure, organizational chart, and job descriptions and TS-01 Requirement #4.3.7-14 responsibilities. Such plan section shall provide risks and contingency planning that is broken into manageable options such that at critical phases the TS-01 Requirement #4.3.7-15 progress can be evaluated. Such plan section shall include but not be limited to: • Comprehensive analysis of existing toll system data

• Identification of functionality and data to be migrated and any functionality and data that will not be migrated

• Identification of any data migration shortcomings and deficiencies including proposed solutions TS-01 Requirement #4.3.7-16 • Detailed data mapping between the existing system and the System primary database(s) • Detailed data mapping from the existing systems to the new System reports database • Identification of any cleansing and pre-processing that need to be performed on the data prior to its migration • Validation and verification process for the migrated data at critical phases of the migration

• Detailed data migration checklist, responsible person, and decision process for prior to and during live traffic testing

Such plan section shall also include all of the trial migrations to be conducted where the entire migration and validation process is TS-01 Requirement #4.3.7-17 exercised.

The Contractor shall modify the data migration processes in such plan section and repeat any associated pre-migration testing until the required parameters are met. For example, if testing shows that allowable system downtime is exceeded, the Contractor shall TS-01 Requirement #4.3.7-18 revise, re‑submit and re-test the plan at the Contractor’s expense such that the plan meets all criteria. Pre-migration testing shall be performed as many times as necessary to ensure that actual migration is completed without incident.

The list above describes the data migration aspects that must be addressed by the Management Plan document. 4.3.8 Computer Simulated Training TS-01 Requirement #4.3.8-1 The Management Plan shall contain a section labeled “Simulation Test”.

TS-01 Requirement #4.3.8-2 Such plan section shall describe the Contractor’s approach to computer simulated testing of the Host Subsystem functions.

Such plan section shall detail the EOR’s tools and methods for modeling the roadways, sign locations and sensor locations for TS-01 Requirement #4.3.8-3 computer simulated testing of the Host Subsystem Algorithms (described further in section 11.3 below and Tolling Specification #04). Such plan section shall detail the EOR’s tools and methods for encoding the proposed Dynamic Pricing Algorithm into the TS-01 Requirement #4.3.8-4 microsimulation traffic model employed by the Contractor. Such plan section shall detail the EOR’s tools and methods for developing and documenting traffic scenarios for computer simulated TS-01 Requirement #4.3.8-5 testing of the Host Subsystem Algorithms.

Page 25 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* Such plan section shall detail the extent to which the EOR will model and provide computer simulated testing of normal operation TS-01 Requirement #4.3.8-6 and failure mechanisms of VDOT Hampton Roads Traffic Operations Center, the VDOT Bowers Hill Communication Hub, various traffic sensors, various signs and various Toll System elements. 4.3.9 Physical Testing TS-01 Requirement #4.3.9-1 Such plan section shall contain a section labeled “Physical Testing”. TS-01 Requirement #4.3.9-2 Such plan section shall describe the Test Manager’s responsibilities and authority. TS-01 Requirement #4.3.9-3 Such plan section shall describe the Quality Manager’s role in each test phase. Such plan section shall describe the Contractor’s approach to physical testing under this Contract, all Toll System testing and the sequence and pre-requisites of the: TS-01 Requirement #4.3.9-4 a) Factory Acceptance Test b) Revenue Service Acceptance Test c) Project Acceptance Test Such plan section shall describe the length, width and approximate locations of roadway, shoulders and gantries that the Contractor TS-01 Requirement #4.3.9-5 will use for Factory Acceptance Test. Such plan section shall describe which lanes and shoulders at the Factory Acceptance Test installation will be equipped the same as TS-01 Requirement #4.3.9-6 when the Toll System is installed at the Department’s facilities and which will be different. For Factory Acceptance Test, such plan section shall specify sample sizes; physical vs. simulated aspects of the Toll System; and data TS-01 Requirement #4.3.9-7 collection methodologies. For Factory Acceptance Test, such plan section shall describe the types of vehicles that the Contractor will provide and operate, TS-01 Requirement #4.3.9-8 and the number of each. For Factory Acceptance Test, such plan section shall describe the license plate issuing jurisdiction and license plate type of each such TS-01 Requirement #4.3.9-9 vehicle. For Factory Acceptance Test, such plan section shall describe the types of E‑ZPass transponders (e.g. interior standard, Flex, TS-01 Requirement #4.3.9-10 exterior) that the Contractor will provide and use, and the number of each. For Factory Acceptance Test, such plan section shall describe where each such E‑ZPass transponder will be mounted (e.g. TS-01 Requirement #4.3.9-11 windshield, front license plate, bus roof, etc.). For Factory Acceptance Test, such plan section shall describe the documentation provided by the Contractor to the Department TS-01 Requirement #4.3.9-12 showing details of the testing and results. For Factory Acceptance Test, such plan section shall detail the method by which test results will be assessed and the associated TS-01 Requirement #4.3.9-13 pass/fail criteria. Such plan section shall specifically require that all Factory Acceptance Test procedures be repeated in their entirety each time that TS-01 Requirement #4.3.9-14 Software, Software patches, Hardware, Equipment firmware or configurable Toll System parameters change prior to successful completion of Factory Acceptance Test. For Revenue Service Acceptance Test, such plan section shall specify sample sizes; the types and configurations of vehicles that the TS-01 Requirement #4.3.9-15 Contractor will provide and operate; the number of each; and the use of test vehicles vs. “live traffic”. For Revenue Service Acceptance Test, such plan section shall describe the types and configurations of vehicles that the Contractor TS-01 Requirement #4.3.9-16 will provide and operate, and the number of each.

TS-01 Requirement #4.3.9-17 For Revenue Service Acceptance Test, such plan section shall describe the issuing state and license plate type of each such vehicle.

Page 26 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* For Revenue Service Acceptance Test, such plan section shall describe the types of E-ZPass transponders (e.g. interior standard, TS-01 Requirement #4.3.9-18 Flex, exterior) that the Contractor will provide and use, and the number of each. For Revenue Service Acceptance Test, such plan section shall describe where each such E‑ZPass transponder will be mounted (e.g. TS-01 Requirement #4.3.9-19 windshield, front license plate, bus roof, etc.). For Revenue Service Acceptance Test, such plan section shall describe the documentation provided by the Contractor to the TS-01 Requirement #4.3.9-20 Department showing details of the testing and results. For Revenue Service Acceptance Test, such plan section shall detail the method by which test results will be assessed and the TS-01 Requirement #4.3.9-21 associated pass/fail criteria. Such plan section shall specifically require that all Revenue Service Acceptance Test procedures be repeated in their entirety each TS-01 Requirement #4.3.9-22 time that Software, Software patches, Hardware, Equipment firmware or configurable Toll System parameters change prior to successful completion of Revenue Service Acceptance Test.

For Project Acceptance Test, such plan section shall describe the types and configurations of vehicles that the Contractor will TS-01 Requirement #4.3.9-23 provide and operate; the number of each; and the use of test vehicles vs. “live traffic”. Test vehicle transponder types and programming; transponder mounting locations; and license plates shall be part of this description.

For Project Acceptance Test, such plan section shall describe the various levels of observation that the Contractor will perform; the TS-01 Requirement #4.3.9-24 observed parameters in each; and the sequence and hours of each. For Project Acceptance Test, such plan section shall describe the documentation provided by the Contractor to the Department TS-01 Requirement #4.3.9-25 showing details of the testing and results. For Project Acceptance Test, such plan section shall detail the method by which test results will be assessed and the associated TS-01 Requirement #4.3.9-26 pass/fail criteria. The list above describes the aspects of physical testing that must be addressed by the Management Plan document. Detailed test procedures are a separate deliverable as specified in section 5.4 below. Additional testing Requirements are specified in section 7 below. 4.3.10 Training TS-01 Requirement #4.3.10-1 The Management Plan shall contain a section labeled “Training Plan”. Such plan section shall contain an overall description of the training program including but not limited to the: a) Names and descriptions of each training class b) Duration of each training class (hours/days) c) Purpose of each training class d) Intended student of each training class TS-01 Requirement #4.3.10-2 e) Minimum qualifications for personnel attending each training class f) Qualifications Requirements for the trainer of each training class g) Training materials, including manuals, guides and other supporting items, and techniques to be used h) Required Equipment i) Facility Requirements The list above describes the training aspects that must be addressed by the Management Plan document. Additional training Requirements are specified in section 8 below and in the TS-02 document. 4.3.11 Installation TS-01 Requirement #4.3.11-1 The Management Plan shall contain a section labeled “Installation Management”.

Page 27 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* TS-01 Requirement #4.3.11-2 Such plan section shall describe the Installation Manager’s responsibilities and authority. TS-01 Requirement #4.3.11-3 Such plan section shall describe the Test Manager’s responsibilities at each installation. TS-01 Requirement #4.3.11-4 Such plan section shall describe the Quality Manager’s responsibilities at each installation. TS-01 Requirement #4.3.11-5 Such plan section shall describe the EOR’s responsibilities at each installation. TS-01 Requirement #4.3.11-6 Such plan section shall detail the work sequence of Toll System installation and associated quality assurance tasks.

TS-01 Requirement #4.3.11-7 Such plan section shall identify each party authorizing, performing, overseeing and observing each task in this work sequence.

Such plan section shall fully describe the relationship between all construction, installation, testing, training, and transition tasks for TS-01 Requirement #4.3.11-8 any and all elements of the ORT Zone, Host, Video Audit, and MOMS in this work sequence. Such plan section shall call out all VDOT E-ZPass CSC and VDOT Advanced Traffic Management System pre‑requisites and TS-01 Requirement #4.3.11-9 dependencies in this work sequence. Such plan section shall call out all infrastructure construction and other 3rd ‑ TS-01 Requirement #4.3.11-10 party pre requisites and dependencies in this work sequence. Such plan section shall detail how the Contractor shall set up the various worksites, storage areas, sanitary and other facilities as TS-01 Requirement #4.3.11-11 required by local or state law, or by regulation, and the subsequent demobilization and removal from the site of said Equipment, Hardware, appurtenances and the like upon completion of the work. Such plan section shall contain checklists for all work on-site. These checklists shall detail those items required for the installation TS-01 Requirement #4.3.11-12 crew to complete the Toll System installation and become a part of all work processes during this work.

Such plan section shall detail how the Contractor shall authorize and accept responsibility for application of power to Equipment, TS-01 Requirement #4.3.11-13 run all initial diagnostics and System generation programs necessary to provide a complete working Toll System, and authorize and accept responsibility for the Department’s use of the Toll System to collect toll revenue and process toll violations.

The list above describes the aspects of Toll System installation that must be addressed by the Management Plan document. Additional installation Requirements are specified in section 6 below. 4.3.12 Disaster Recovery TS-01 Requirement #4.3.12-1 The Management Plan shall contain a section labeled “Disaster Recovery”. TS-01 Requirement #4.3.12-2 Such plan section shall describe the Contractor’s approach, as well as procedures to take place in the event of a disaster. TS-01 Requirement #4.3.12-3 Such plan section shall document the Contractor’s approach to and planning for recovering from a disaster. TS-01 Requirement #4.3.12-4 Such plan section shall document the Contractor’s approach to testing the disaster recovery annually. Such plan section shall include the approach to business continuity that details how the Contractor will address issues related to TS-01 Requirement #4.3.12-5 personnel, Equipment, Systems, network, applications and data components required to ensure the resumption and continuity of critical processes. 4.3.13 Operations

The Toll System’s automated processes will be detailed in the System Design Document (see section 5.3 below). The Requirements for this automation include but are not limited to those described in the TS-04, TS-05, TS-06 and TS-07 documents.

TS-01 Requirement #4.3.13-1 The Management Plan shall contain a section labeled “Operations”. TS-01 Requirement #4.3.13-2 Such plan section shall describe the Operations Manager’s responsibilities and authority. TS-01 Requirement #4.3.13-3 Such plan section shall describe the Test Manager’s responsibilities related to operations. TS-01 Requirement #4.3.13-4 Such plan section shall describe the Quality Manager’s responsibilities related to operations.

Page 28 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* Such plan section shall detail all Contractor oversight of; administration of; and intervention in the Toll System’s automated TS-01 Requirement #4.3.13-5 processes. TS-01 Requirement #4.3.13-6 Such plan section shall detail all manual processes performed by the Contractor related to the setting of toll prices. Such plan section shall detail all manual processes performed by the Contractor related to: a) Determining estimated travel times between each roadside sign and the corresponding first ORT Zone(s) encountered after seeing the sign through evaluation of roadside sensor and other data TS-01 Requirement #4.3.13-7 b) Determining the timing on when each toll price is to be displayed on each sign c) Displaying toll prices on roadside signs d) Validating, as part of a quality assurance process, that the appropriate toll prices were displayed Such plan section shall detail all manual processes performed by the Contractor related to transaction processing from E-ZPass TS-01 Requirement #4.3.13-8 transponder and license plate image data. TS-01 Requirement #4.3.13-9 Such plan section shall detail all manual processes performed by the Contractor related to determining HOV status. Such plan section shall detail all manual processes performed by the Contractor related to: a) Determining actual travel times between each roadside sign and the corresponding first ORT Zone(s) encountered after seeing the sign through evaluation of roadside sensor and other data TS-01 Requirement #4.3.13-10 b) Determining the price that each motorist most likely saw when entering the roadway c) Determining the toll price applied to each motorist’s transaction d) Validating, as part of a quality assurance process, that all motorist transactions were accounted for and that the appropriate toll price was applied to each

Such plan section shall detail all manual processes, if any, performed by the Contractor related to sending E-ZPass transactions and TS-01 Requirement #4.3.13-11 violations to VDOT’s E‑ZPass CSC, the associated financial accounting and the associated performance reporting.

Such plan section shall detail all manual processes performed by the Contractor related to reviewing or further researching E-ZPass TS-01 Requirement #4.3.13-12 transactions and violations as requested by VDOT’s E‑ZPass CSC. Such plan section shall detail all manual processes performed by the Contractor related to assisting VDOT’s E‑ZPass CSC in the TS-01 Requirement #4.3.13-13 collection and adjudication processes. Such plan section shall detail how to access Host System reports regarding performance of the work above, review work in process TS-01 Requirement #4.3.13-14 and review work completed. The list above describes aspects of Contractor’s operations services that must be addressed by the Management plan document. Additional operations services Requirements are specified in section 9 below and in the TS-02 document. 4.3.14 Maintenance TS-01 Requirement #4.3.14-1 The Management Plan shall contain a section labeled “Maintenance Management”. TS-01 Requirement #4.3.14-2 Such plan section shall describe the Maintenance Manager’s responsibilities and authority. TS-01 Requirement #4.3.14-3 Such plan section shall describe the Quality Manager’s responsibilities related to Maintenance activities. TS-01 Requirement #4.3.14-4 Such plan section shall describe the EOR’s responsibilities related to Maintenance activities. Such plan section shall address all aspects of the Toll System Maintenance services required for optimal system performance TS-01 Requirement #4.3.14-5 including how the Toll System availability, response time and repair time Requirements will be met. Such plan section shall detail the following aspects of Toll System Maintenance: a) On-site coverage staffing TS-01 Requirement #4.3.14-6 b) Off-site support methodology

Page 29 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* c) Proposed preventive Maintenance schedule d) Notification processes/communications procedures e) Fault monitoring processes/procedures f) Remote diagnostic processes/procedures g) Identification of all tools and other Equipment that shall be carried by each technician while on Maintenance duty h) MOT i) Spare parts inventory procedures and controls j) Maintenance reporting Such plan section shall contain a comprehensive preventive Maintenance schedule. Said schedule shall detail all preventive Maintenance to be performed on each element of the Toll System both on an in-field basis and on a workshop basis, if any. Said TS-01 Requirement #4.3.14-7 schedule shall provide a description of the work to be performed, expected duration and frequency in accordance with the recommendations of the respective Original Equipment Manufacturer. Any variations or exceptions shall be called out in the plan and subject to Department Approval. Such plan section shall detail how to access the preventive Maintenance schedule via the Toll System’s MOMS, review alerts, review TS-01 Requirement #4.3.14-8 pending tasks, update tasks in process and mark tasks complete.

Such plan section shall identify the Maintenance personnel and their specialties needed to maintain the Toll System as required. The TS-01 Requirement #4.3.14-9 plan shall also identify all subcontractor activities, if any, and the controls that will be in place to ensure subcontractor performance.

The list above describes aspects of the Contractor’s system Maintenance services that must be addressed by the plan document. Additional system Maintenance services Requirements are specified in section 10 below and in the TS-02 document.

4.3.15 Bill of Materials TS-01 Requirement #4.3.15-1 The Management Plan shall contain a section labeled “Bill of Materials”. The Bill of Materials shall identify all assemblies that service personnel will routinely troubleshoot and replace as a unit in the field TS-01 Requirement #4.3.15-2 (“field replaceable units”). The Bill of Materials shall detail the following for each field replaceable unit and each Equipment element that the Contractor will use in bench repair: a) A primary source listing the manufacturer; manufacturer address and telephone number; manufacturer make, model number, part number and version; manufacturer serial numbers that are on-site at the Department’s facilities and the identifiers of all engineering changes that were applied to each (subsequent to their original manufacture) b) A secondary source listing the manufacturer; manufacturer address and telephone number; manufacturer make, model TS-01 Requirement #4.3.15-3 number, part number and version; manufacturer serial numbers that are on-site at the Department’s facilities and the identifiers of all engineering changes that were applied to each (subsequent to their original manufacture) c) The quantity currently installed and planned for installation at the Department’s facilities for this project d) The recommended quantity of spares to be maintained at the Department’s facilities for this project e) The quantity currently in stock as spares or otherwise available but not installed at the Department’s facilities for this project f) Any support agreement or other agreements related to Maintenance of such field replaceable unit, or its sub-assemblies, with original Equipment manufacturers and other firms TS-01 Requirement #4.3.15-4 The Bill of Materials shall reflect the current design with confirmed quantities and prices.

Page 30 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Bill of Materials shall include a section listing recommended spare quantities of each field replaceable unit; recommended TS-01 Requirement #4.3.15-5 quantities of each Equipment element that the Contractor will use in bench repair; and the current lead time required for receiving additional quantities of each. TS-01 Requirement #4.3.15-6 The Bill of Materials shall reflect and track any changes since its submission as part of the Contractor’s Proposal. 4.4 Meetings The Contractor shall employ effective techniques, methodologies and tools to develop system Requirements, business rules and other aspects of the project necessary to successfully complete all work under the Contract. Meetings are a vital aspect of these techniques and methodologies. Prior to conducting any workshops, reviews, focus group meetings and/or design reviews, the Contractor shall develop the TS-01 Requirement #4.4-1 necessary documentation for the Department to review, submitted ten (10) working days prior to such meeting. Such necessary documentation shall always include but not be limited to a comprehensive list of items requiring action (i.e. the TS-01 Requirement #4.4-2 “action items list”) and this list shall be in a form acceptable to the Department. The Contractor shall document all meeting discussions in draft meeting minutes, in a form acceptable to the Department, and TS-01 Requirement #4.4-3 distribute all such drafts to all meeting attendees. The Project Manager and the Department’s contract manager shall similarly receive all such drafts regardless of whether they attended the meeting.

TS-01 Requirement #4.4-4 Such draft meeting minutes shall include the action items list and reflect all item status changes that occurred during the meeting.

The Contractor shall revise and re-submit draft meeting minutes for as many iterations as necessary for the Department to waive TS-01 Requirement #4.4-5 further revision. 4.4.1. Kick Off Meeting A kick off meeting will be scheduled by the Contractor and coordinated with the Department. Before the meeting, the Contractor will distribute a notice of the meeting along with an agenda of the subjects to be addressed.

At the kick off meeting, the Contractor shall introduce the Contractor’s key personnel; briefly describe each person’s responsibilities; provide an organization chart identifying managers of all departments, lead engineers, quality control staff, and TS-01 Requirement #4.4.1-1 subcontractors; introduce the subcontractors’ representatives and their scope of work; discuss the design, test, and manufacturing/procurement schedule and the sequencing of this entire Contract; and provide an overview of the basic design concepts and point out where design and testing efforts will be most critical to the success of the program. 4.4.2. Progress Meetings The Contractor shall schedule and conduct one Progress Meeting each month during the period prior to successful completion of TS-01 Requirement #4.4.2-1 the Midpoint Design Review. The Contractor shall schedule and conduct one Progress Meeting each week during the period after successful completion of the TS-01 Requirement #4.4.2-2 Midpoint Design Review and prior to Project Acceptance. The Contractor shall distribute notices of Progress Meetings to the Department and all required attendees as follows: TS-01 Requirement #4.4.2-3 • At least fourteen (14) calendar days before each monthly Progress Meeting and • At least five (5) calendar days before each weekly Progress Meeting. The Contractor in coordination with the Department shall prepare meeting agendas and distribute them to all meeting attendees at TS-01 Requirement #4.4.2-4 least 48 hours prior to the meeting. TS-01 Requirement #4.4.2-5 The Contractor shall forward all Progress Meeting information to all of their subcontractors including but not limited to: a) Notices of meetings

Page 31 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* b) Meeting agendas c) Meeting minutes and action item list for items pertaining to the subcontractor One (1) working day prior to each Progress Meeting, the Contractor shall provide the Department with updates to the baseline TS-01 Requirement #4.4.2-6 Progress Schedule that show all activities started, all activities completed to date, all ongoing activities and all activities scheduled for the next month. The Contractor shall have a representative of all subcontractors attend each Progress Meeting. The Department will waive this Requirement for the specific cases where a subcontractor did not perform work in the previous six (6) week period and the TS-01 Requirement #4.4.2-7 Progress Schedule (as defined in section 4.3.2 above) indicates that the same subcontractor will not perform work at the Department’s facilities within the subsequent six (6) week period. At each Progress Meeting, the Contractor shall present the following: a) Introduction of new attendees and areas of responsibility b) Review of minutes of previous meetings, amendment of minutes if necessary, and acceptance of minutes

c) Analysis of work accomplished since previous meeting, design issues, fabrication/procurement, product delivery, schedule TS-01 Requirement #4.4.2-8 changes, problems arising from proposed changes, and other circumstances which might affect progress of work

d) Sequence of work and Progress Schedule wherein the Contractor shall report on all activities which are forecast to be completed beyond the approved schedule date(s) and shall identify means of maintaining the approved schedule e) Work quality observations, problems, and employee work standards as they pertain to successful completion of the Contract f) Changed conditions, time extensions, and other relevant subjects as they affect the progress of the work g) Corrective measures to maintain progress schedule when necessary f) Upcoming month’s Work The Contractor shall develop and maintain an action item list which will indicate items to be resolved, person assigned to follow or TS-01 Requirement #4.4.2-9 resolve and anticipated date for resolution. Said action item list shall include a running list of action items that have been closed and any updates thereof shall be subject to Department Approval.

Inquiries, requests for information, and requests for solutions of problems presented during such meetings shall be answered, when possible, during the meeting. Answers provided orally at the meetings shall be recorded in the minutes.

TS-01 Requirement #4.4.2-10 Meeting minutes, including documentation of the resolution of those items not answered during the meeting, shall be delivered electronically to the Department within forty-eight (48) hours of the close of the meeting. Those problems that require more than forty-eight (48) hours to resolve need to be clearly identified during the meeting and an alternative schedule agreed upon. 4.4.3. Work Meetings

The Contractor shall schedule and conduct working meetings on strategic, tactical and operational issues no less frequently than on TS-01 Requirement #4.4.3-1 a weekly basis. At the sole discretion of the Department, the frequency of meetings may be adjusted.

The purpose of working meetings shall include but not be limited to: a) Track the status of the work activities TS-01 Requirement #4.4.3-2 b) Review comments on submitted documentation c) Review the Contractor’s performance to the contracted service level metrics

Page 32 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* d) Review Contractor’s invoices for services provided

e) Report or communicate on all availability of services and the environment directly impacting the Department’s services

f) Resolve disputes The Contractor shall produce and deliver to the Department at least 48 hours prior to each working meeting: TS-01 Requirement #4.4.3-3 a) A meeting agenda identifying potential problems, issues and concerns to be resolved at the working meeting b) Documentation regarding or related to such problems, issues and concerns The Contractor shall have a representative of each subcontractor participate in each working meeting. Such participation may be TS-01 Requirement #4.4.3-4 in-person, telephonically or waived altogether at the sole discretion of the Department. Working meetings shall include the participation of those Department employees and consultants as the Department may identify from time to time and at its sole discretion may include but not be limited to: TS-01 Requirement #4.4.3-5 • CCSC operator • Advanced Traffic Management System operator

Working meetings shall be held at a site selected by the Department. Teleconferences may be substituted at the Department’s sole TS-01 Requirement #4.4.3-6 discretion. Working meetings requiring demonstration of Equipment and major Hardware shall be held at the Department’s facilities or at the Contractor’s facilities or its subcontractor’s facilities, as determined by the Department. 4.4.4. Executive Meetings The Contractor shall schedule and conduct executive meetings with leadership from both the Contractor and the Department on the overall project status, escalated issues and other matters pertinent to the executive level. Such meetings shall be coordinated TS-01 Requirement #4.4.4-1 with the Department’s leadership and take place no less frequently than on a monthly basis. At the sole discretion of the Department, the frequency of meetings may be adjusted. 4.5. Reports 4.5.1. Monthly Progress Reports TS-01 Requirement #4.5-1 The Contractor shall provide a written report of progress every month (“Monthly Progress Report”). The Monthly Progress Report shall include but not be limited to: a) The Organization Chart (see section 4.3.1 above) and any proposed changes

b) The Progress Schedule (see section 4.3.2 above), a forecast describing those activities that are likely to be completed beyond the approved schedule date(s) and a narrative of all means the Contractor is using to maintain the approved schedule. TS-01 Requirement #4.5-2 c) Work quality observations, problems, and employee work standards as they pertain to successful completion of the Contract d) Changed conditions, time extensions, and other relevant subjects as they affect the progress of the work e) The upcoming month’s work The Monthly Progress Report shall identify the current version of each Submittal document or drawing provided to the TS-01 Requirement #4.5-3 Department. The Monthly Progress Report shall identify all Hardware that the Contractor has ordered per the Department’s authorization and TS-01 Requirement #4.5-4 the delivery status of each item. 4.5.2. Test Reports

Page 33 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* Requirements for additional reports during Factory Acceptance Test, Revenue Service Acceptance Test and Project Acceptance Test are detailed in section 7 below. 4.6. Submittals The Offeror shall include in their Proposal a summary of no more than one page-side, describing their document management system and internal review process for Contract deliverables. The Contractor shall coordinate the various disciplines on its team to develop all Toll System documents and drawings (hereafter a Submittal). Such documents and drawings include but are not limited to the: TS-01 Requirement #4.6-1 • Management Plan (section 4.3 above) • System Integration documents (section 5 below) • Infrastructure Documentation (section 11.4 below) The Contractor shall place the Department’s Contract Name and Contract Number on all documents and drawings provided as TS-01 Requirement #4.6-2 part of a Submittal. 4.6.1. Submittal Document Management The Contractor shall maintain a secure on-line document management system containing all documentation submitted by the TS-01 Requirement #4.6.1-1 Contractor to the Department. The Contractor’s administration of this secure on-line document management system shall provide for all persons identified by the TS-01 Requirement #4.6.1-2 Department to efficiently access and download all documentation stored there via any Internet connection. The Department may from time to time provide the Contractor with an updated list of persons authorized to use the secure online TS-01 Requirement #4.6.1-3 document management system and the Contractor shall make the associated changes effective within two (2) business days of receiving each updated list. The Contractor shall maintain the document management system so as to ensure that everyone is working from the same revision TS-01 Requirement #4.6.1-4 of any Submittal document or drawing at all times during the Contract. The Contractor shall maintain the document management system such that the Contractor immediately notifies all parties, including TS-01 Requirement #4.6.1-5 the Department, when a Submittal document or drawing has been changed and will clearly detail the new configuration numbering or lettering of the document to be used. The Contractor shall sequentially number each revision of documents and drawings in a Submittal and all such numbering shall be TS-01 Requirement #4.6.1-6 recorded in the document management system. The Contractor shall maintain the document management system such that the Contractor provides to the Department as a TS-01 Requirement #4.6.1-7 monthly report showing the current version and date delivered for each Submittal document. The Contractor shall maintain the document management system such that the Department may immediately retrieve current and TS-01 Requirement #4.6.1-8 previous versions of all Submittal documents and drawings with minimal effort. 4.6.2. Submittal Review and Revision The Department will review and comment on each Submittal provided by the Contractor. The Department requires a minimum of five (5) business days and a maximum of fifteen (15) business days to review each document and drawing or revision of same made by the Contractor. The duration of the review depends on the complexity and size of the submittal. The Contractor is encouraged to make partial deliveries of each Submittal to avoid creating a backlog in the Department’s review and comment process and corresponding delays.

Page 34 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

The Contractor shall develop and maintain during the life of the Contract, a comment and response tracking log to facilitate monitoring the progress of reviewing and revising all Submittal documents and drawings. The tracking log shall take the form of a TS-01 Requirement #4.6.2-1 spreadsheet or database and clearly delineate the comment and response process of all documents and drawings until successful completion of Project Acceptance. Tracking logs shall reside in the Contractor-provided online document management system.

TS-01 Requirement #4.6.2-2 The Contractor shall incorporate all Department comments received on all Submittal documents and drawings. The Contractor shall provide each such revised Submittal document or drawing as described above for as many iterations as TS-01 Requirement #4.6.2-3 necessary for the Department to declare each Submittal document or drawing as conditionally Approved for the degree of completeness associated with the Submittal. 4.7. Quality Management The Offeror shall include in their Proposal a summary of no more than one page-side, detailing their defect tracking, configuration management and Software release management including products used and specifically addressing the quality assurance of the entire development, verification and release process. The Offeror shall include in their Proposal a summary of no more than two (2) page-sides, describing how a similar Quality Plan was implemented as a quality program on one of their previous relevant projects and provide both a quantitative assessment of the results achieved through same and several specific relevant examples within the project.

The Contractor’s quality program shall produce sufficient quality throughout all areas of performance in the Contract including but not limited to design, development, fabrication, procurement, processing, removal, construction, assembly, inspection, site preparation, installation, packaging, shipping, storage, test, and Maintenance to satisfy the Department’s Requirements.

The Contractor shall employ a quality program and it shall: a) Provide for the prevention and ready detection of discrepancies and for timely and positive corrective action b) Ensure that the Contractor’s understanding of all Department Requirements is thorough and accurate and thoroughly documented and validated through all phases of the project such that the Toll System fully satisfies all Department TS-01 Requirement #4.7-1 Requirements c) Apply to all functions of the Contractor d) Provide for effective control of all purchased materials and subcontracted work e) Include comprehensive inspection and verification for in-process, final assembly, unit tests and all other testing of the Toll System The Contractor shall establish and conduct the quality program described by the quality section(s) of the Management Plan (see TS-01 Requirement #4.7-2 section 4.3.3 above) for the life of the Contract. All Work under this Contract shall be controlled completely by the Contractor according to the quality section(s) of the TS-01 Requirement #4.7-3 Management Plan (see section 4.3.3 above). Such work includes but is not limited to manufacturing, fabrication, procurement, assembly, development, integration, test, installation and Maintenance. The Contractor shall control all supplies and services, whether manufactured or performed within the Contractor's plant or at any TS-01 Requirement #4.7-4 other source, at all points necessary to ensure conformance to the technical specifications of the Contract.

TS-01 Requirement #4.7-5 The Contractor shall make objective evidence of quality conformance readily available to the Department upon request.

4.8. Security

Page 35 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Department will issue identification credentials to Contractor employees and subcontractor personnel working at Department facilities. Said credentials will be issued at no charge. The Contractor shall ensure that all security Requirements specified elsewhere in the Contract are adhered to by all people on the TS-01 Requirement #4.8-1 Contractor’s team. The Contractor shall establish and conduct the security program described in the Management Plan (see section 4.3.4 above) for TS-01 Requirement #4.8-2 the life of the Contract. All Work under this Contract shall be controlled completely by the Contractor according to the security program described in the TS-01 Requirement #4.8-3 Management Plan (see section 4.3.4 above). Such work includes but is not limited to manufacturing, fabrication, assembly, development, integration, testing, installation and Maintenance. The Contractor shall conduct comprehensive background checks on all employees and subcontractor personnel working on the TS-01 Requirement #4.8-4 Contract. Department-issued identification credentials shall be worn by the respective individual in an appropriate, visible location at all times TS-01 Requirement #4.8-5 while at Department facilities. TS-01 Requirement #4.8-6 The Contractor shall secure and safeguard all of its tools at the Department’s facilities at all times. The Contractor shall secure and safeguard all Toll System Equipment and materials at the Department’s facilities until they are TS-01 Requirement #4.8-7 completely installed in full accordance with the Design Drawings and Design Specifications. The Contractor shall ensure that all confidentiality Requirements specified elsewhere in the Contract are adhered to by all people TS-01 Requirement #4.8-8 on the Contractor’s team. The Project Manager shall notify the Department of all security incidents, concerns and issues within two (2) hours of their TS-01 Requirement #4.8-9 occurrence. The Project Manager shall provide a draft report to the Department analyzing all security incidents, concerns and issues within two TS-01 Requirement #4.8-10 (2) calendar days of their occurrence. The Project Manager shall update said report every week until the underlying issue is corrected and the Department waives further updates. TS-01 Requirement #4.8-11 The Contractor shall conduct comprehensive security audits on both a scheduled and ad hoc basis. The Contractor shall report no less often than every six (6) months regarding the results of these audits and its status with regards TS-01 Requirement #4.8-12 to complying with the Statement on Standards for Attestation Engagements (SSAE) No. 16 and the International Standards for Assurance Engagements (ISAE) No. 3402. The Department reserves the right to have any Contractor employee or subcontractor personnel removed from working on the Contract at any time and for any reason. The Department reserves the right to conduct additional background checks on any Contractor employee and subcontractor personnel at any time at the Department’s own expense. The Department reserves the right to conduct additional security audits at any time at the Department’s own expense. 4.9. Configuration and Change Management The Department is aware that versions of Commercial off the Shelf (COTS) Equipment and Software might change after Notice to Proceed. The Requirements for the Contractor to document its processes for managing such changes are described in Section 4.3.5 above. The Contractor shall establish and conduct the configuration and change management program described in the Management Plan TS-01 Requirement #4.9-1 (see Section 4.3.5 above) for the life of the Contract.

Page 36 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* All Work under this Contract shall be controlled completely by the Contractor according to the configuration and change TS-01 Requirement #4.9-2 management program described in the Management Plan (see section 4.3.5 above). Such work includes but is not limited to manufacturing, fabrication, assembly, development, integration, testing, installation and Maintenance. 4.10. Escrow for Custom Software The Contractor shall deposit a complete set of all Toll System Software source code with the Software escrow agent prior to TS-01 Requirement #4.10-1 successful completion of the Installation Ready Design Review milestone. The Contractor shall deposit an additional complete set of all Toll System Software source code with the Software escrow agent TS-01 Requirement #4.10-2 immediately after making any fix, patch or update to the Toll System Software.

The Contractor shall furnish the following to the Department immediately upon making each such Software escrow deposit.

• A comprehensive listing of all configurable parameters in all Toll System Software including but not limited to the escrowed Software and all COTS Software TS-01 Requirement #4.10-3 • The then-current setting of each configurable parameter at all Toll System locations • Detailed instructions for compiling, installing, configuring and setting parameters of all Toll System Software (including but not limited to the escrowed Software and all COTS Software) so as to fully replace all toll system Software from the copy retained by the escrow agent TS-01 Requirement #4.10-4 The Contractor shall store the latest six (6) complete sets of all Toll System Software with the escrow agent. The Contractor shall notify the Department at least sixty (60) days prior to deleting or allowing the Software escrow agent to TS-01 Requirement #4.10-5 delete any other Software sets and the Department has the sole option of continuing the storage of these sets with the escrow agent as Extra Work (described in Tolling Specification #02). The set of source code referenced above is fully defined by the Contract terms and conditions. 4.11. Permits and Licenses The Contractor shall obtain all necessary permits and licenses, and pay all associated fees, as described elsewhere in the Contract. TS-01 Requirement #4.11-1 These permits and licenses include but are not limited to FCC licenses (unless explicitly provided by VDOT) for the AVI function in the ORT Zone Subsystems (as detailed in the TS-05 document). 4.12. Record Keeping The Contractor shall retain all proof of purchase and payment in the form of dated invoice, shipping bills and payment receipts and TS-01 Requirement #4.12-1 furnish copies of same to the Department upon request. The Project Manager shall report any of the items listed above that are missing prior to requesting the associated payment from the TS-01 Requirement #4.12-2 Department. 5. System Integration The Offeror shall include in their Proposal a summary of no more than three (3) page-sides, describing their approach to system integration and how this approach will address the Requirements below. This description shall include all document approval and control procedures and shall address the review cycles and impact on schedule. The Offeror shall include in their Proposal a summary of no more than three (3) page-sides, describing their approach to documenting system design and integration. This summary shall address all Contractor document approval and control procedures as well as Submittals to the Department and associated review cycles. 5.1. General Requirements 5.1.1. Software

Page 37 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* All operating systems, databases, other middleware and other Toll System COTS Software furnished by the Contractor shall be field TS-01 Requirement #5.1.1-1 proven. All operating systems, databases, other middleware and other Toll System Software furnished by the Contractor shall be supported TS-01 Requirement #5.1.1-2 with patches and fixes from their respective manufacturer for at least ten (10) years after successful completion of Project Acceptance Test. All Toll System Software shall be parameter driven and configurable and provide flexibility for the Department to readily change said TS-01 Requirement #5.1.1-3 parameters and configurations. All Toll System Software that has a user interface shall provide a browser based Graphical User Interface (GUI) for all user interface functions and this GUI shall consistently follow accepted industry human engineering design standards for ease of readability, TS-01 Requirement #5.1.1-4 understandability, appropriate use of menu-driven operations, appropriate use of context-sensitive help, user customization and intuitive operation. The Toll System shall include all tools and other debug features necessary for the Department to troubleshoot all Software TS-01 Requirement #5.1.1-5 problems that may arise in the Toll System. 5.1.2. System Security The Contractor shall fully define user access security in the System Detailed Design document (see section 5.3 below) and such user TS-01 Requirement #5.1.2-1 access security shall be subject to the Department’s Approval. The Toll System shall limit access to all information on the Toll System to authorized Department personnel and Contractor TS-01 Requirement #5.1.2-2 personnel only and all such access shall be controlled by multi-factor authentication.

TS-01 Requirement #5.1.2-3 The Toll System shall provide user role based security, where all users in the same category have the same system privileges.

The Toll System shall provide user access security including sign‑on facilities, permission control and different levels of access for all TS-01 Requirement #5.1.2-4 files, directories and application Software. The Toll System shall provide tools and all other functions necessary for the system administrator to view and update access levels TS-01 Requirement #5.1.2-5 via a graphical and easy to read table. The Toll System shall provide for additions, changes to the access levels and removals of personnel in a secure manner and TS-01 Requirement #5.1.2-6 comprehensively log all such actions. The Toll System shall comply with the Commonwealth of Virginia security Requirements that are available at: TS-01 Requirement #5.1.2-7 http://www.vita.virginia.gov/library/default.aspx?id=537#EntArch TS-01 Requirement #5.1.2-8 The Contractor shall not circumvent any Toll System security Approved by the Department. All required devices and tools shall have adequate and up-to-date security Software and be Approved by the Department before TS-01 Requirement #5.1.2-9 they are used on the Toll System network or the Department’s Wide Area Network (WAN). Additional system security Requirements, if any, are described in the Tolling Specification for each subsystem. 5.1.3. Network Security The Contractor shall implement the Toll System using commercially reasonable best practices for securing all interfaces and TS-01 Requirement #5.1.3-1 communications between Toll System elements including but not limited to multi-factor authentication, virtual private networks, strong passwords, encryption and intrusion detection. TS-01 Requirement #5.1.3-2 The Toll System shall comprehensively log all successful log-ins and all unsuccessful log-in attempts. The Toll System shall cause the MOMS to issue an alert whenever the number of consecutive unsuccessful log-in attempts for a TS-01 Requirement #5.1.3-3 single user exceeds a threshold and such threshold shall be configurable by a Department user(s).

Page 38 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Toll System shall comply with commercially reasonable best practices for accessing the Toll System from remote locations TS-01 Requirement #5.1.3-4 including but not limited to multi-factor authentication, virtual private networks and strong encryption of any other communications. Additional security Requirements, if any, are described in the Tolling Specification for each subsystem. 5.1.4. Hardware Hardware Requirements are detailed in the Tolling Specification document (TS-04, TS-05, TS‑06 and TS-07) of the respective element and the TS-02 document. 5.1.5. Reliability (MTBF) As part of their Proposal, the Offeror shall provide the manufacturer’s MTBF (defined below) for all individual field replaceable units or higher level assemblies as part of their Bill of Materials. Each element of the Toll System shall meet specific minimum duration Requirements for components and subsystems in continuous TS-01 Requirement #5.1.5-1 operation. This time Requirement is defined as the Mean Time Between Failure (MTBF). Reliability shall be assessed using the following calculation: TS-01 Requirement #5.1.5-2 MTBF=((# Units×# Hours In Operation))/├ # Chargeable Failures┤ For purposes of calculating the Reliability of Toll System elements, non‑chargeable failures shall only consist of: • Force majeure, as defined elsewhere in the Contract • Vandalism TS-01 Requirement #5.1.5-3 • Failure of a test facility or test instrumentation • System component failures caused by externally applied stress conditions outside of the specified Requirements • Normal operating adjustments as allowed in the Test Plan or Maintenance Plan, as applicable • Failures that are patron or user induced For purposes of calculating the Reliability of Toll System elements, chargeable failures shall include any and all other failures including, but not limited to: • A malfunction which prevents the Toll System (Hardware or Software) from performing its designated function, when used and operated under its intended operational and environmental conditions as detailed in this document • A malfunction that poses a threat to the safety of the Toll System components or the Department’s customers, employees or others

• An occurrence where data is not successfully transmitted between the Toll System and the Host System unless such failure is already accounted for as a separate performance failure (e.g., if the Toll System is not functioning and does not TS-01 Requirement #5.1.5-4 transmit data to the Host System, the Toll System would be charged for the failure but the Host System would not)

• A failure of Equipment or Software that allows revenue loss to occur on the Toll System that is not already accounted for as a separate performance failure • Software anomalies and bugs that affect the performance and operation of the Toll System • Shutdown or unavailability of the Toll System unless specifically directed by Department • Failure to properly register or report a transaction • Failure to properly reconcile the Toll System • Failure to electronically send or receive transaction and payment information The MTBF Requirement for each Toll System element is specified in the Tolling Specification document (TS-04, TS-05, TS‑06 and TS- 07) of the respective element.

Page 39 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* 5.1.6. Availability Each element of the Toll System shall operate as specified and without degradation or failure for a minimum percentage of each TS-01 Requirement #5.1.6-1 specified period. This percentage is defined as Availability. Availability shall be assessed using the following calculation: TS-01 Requirement #5.1.6-2 Availability=100%- ((# Hours Downtime+# Hours Degraded Operation)/(# Hours In Time Period)) For purposes of calculating the Availability of a Toll System element, non‑chargeable failures shall only consist of: • Force majeure, as defined elsewhere in the Contract • Vandalism TS-01 Requirement #5.1.6-3 • Failure of a test facility or test instrumentation • System component failures caused by externally applied stress conditions outside of the specified Requirements • Normal operating adjustments as allowed in the Test Plan or Maintenance Plan, as applicable • Failures that are patron or user induced For purposes of calculating the Availability of the Toll System, chargeable failures shall include any and all other failures including, but not limited to: • A malfunction which prevents the Toll System (Hardware or Software) from performing its designated function, when used and operated under its intended operational and environmental conditions as detailed in this document • A malfunction that poses a threat to the safety of the Toll System components or the Department’s customers, employees or others

• An occurrence where data is not successfully transmitted between the Toll System and the Host System unless such failure is already accounted for as a separate performance failure (e.g., if the Toll System is not functioning and does not TS-01 Requirement #5.1.6-4 transmit data to the Host System, the Toll System would be charged for the failure but the Host System would not)

• A failure of Equipment or Software that allows revenue loss to occur on the Toll System that is not already accounted for as a separate performance failure • Software anomalies and bugs that affect the performance and operation of the Toll System • Shutdown or unavailability of the Toll System unless specifically directed by Department • Failure to properly register or report a transaction • Failure to properly reconcile the Toll System • Failure to electronically send or receive transaction and payment information The Availability Requirement for each Toll System element is specified in the Tolling Specification document (TS-04, TS-05, TS‑06 and TS-07) of the respective element. 5.1.7. Serviceability TS-01 Requirement #5.1.7-1 The Toll System shall provide Maintenance personnel with easy access to all its elements. TS-01 Requirement #5.1.7-2 The Toll System shall provide for the removal, testing and replacement of all its elements without extensive effort or tools.

TS-01 Requirement #5.1.7-3 The Toll System shall provide all test points necessary to diagnose the Equipment while in operation in readily accessible locations.

The Toll System shall provide LED indicators necessary for technicians to identify and diagnose problems without other tools and TS-01 Requirement #5.1.7-4 said LED indicators shall be readily observable while the system is in operation. The Toll System shall provide a common laptop personal computer connection and all tools and other functions necessary for TS-01 Requirement #5.1.7-5 technicians to use same to troubleshoot Toll System elements.

Page 40 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Toll System shall provide all tools and other functions necessary for technicians to securely access each element of the Toll TS-01 Requirement #5.1.7-6 System from remote locations via the Department’s WAN and fully diagnose such elements. The Toll System shall provide all tools and other functions necessary for technicians to easily access all Toll System error logs and TS-01 Requirement #5.1.7-7 event logs via both means described above.

TS-01 Requirement #5.1.7-8 The Toll System shall log all such access and all diagnostic activities and results and notify Maintenance personnel via MOMS.

TS-01 Requirement #5.1.7-9 Said logging shall include but not be limited to technician ID, date/time, activity performed and system response. The Contractor shall furnish all diagnostic Software and tools required to support Maintenance activities and the Department’s TS-01 Requirement #5.1.7-10 rights to said Software and tools shall be the same as for all other Toll System Software. The other Serviceability Requirements for each Toll System element are specified in the Tolling Specification document (TS-04, TS- 05, TS‑06 and TS-07) of the respective element. 5.1.8. Data Migration The Contractor shall perform all data migration tasks as described in the data migration section of the Management Plan (Approved by the Department). 5.2. System Design Requirements (SDR) Document The Contractor shall develop and furnish a System Detailed Requirements (SDR) document as follows. The Contractor shall conduct a series of workshops, reviews and focus meetings to gather all Toll System Requirements and TS-01 Requirement #5.2-1 develop a System Design Requirements (SDR) document that details all the technical, business and operational Requirements for the Toll System. The SDR document shall: a) Reflect all System Requirements stated in these Tolling Specification documents and all derivative Requirements TS-01 Requirement #5.2-2 b) Detail performance Requirements c) Detail all Department Business Rules The SDR document shall include a Requirements traceability matrix showing each Contract Requirement, where that Requirement TS-01 Requirement #5.2-3 should be addressed in the design described by the System Detailed Design document (see section 5.3 below) and which part(s) of the Contractor’s testing plan (see section 4.3.9 above) should validate such design. The Contractor shall furnish the SDR document to the Department in electronic form consisting of source files in .DOCX TS-01 Requirement #5.2-4 (compatible with Microsoft Word 2010), .XLSX (compatible with Microsoft Excel 2010), or .PPTX (compatible with Microsoft PowerPoint 2010). The Contractor shall furnish the SDR document to the Department in electronic form consisting of each source file above after TS-01 Requirement #5.2-5 conversion to .PDF format for printing on 8.5” by 11” paper. The System Design Requirements document shall detail the Contractor’s understanding of the Department’s Requirements and TS-01 Requirement #5.2-6 shall clearly identify those areas in which these understandings may deviate from the Requirements stated in the TS-02, TS-04, TS- 05, TS-06 and TS-07 documents. TS-01 Requirement #5.2-7 Upon conditional Approval by the Department, the Contractor shall use the SDR document as the basis for design. 5.3. System Detailed Design (SDD) Document The Contractor shall develop and furnish a System Detailed Design (SDD) document as follows.

The Contractor shall furnish the SDD document in electronic form consisting of source files in .DOCX (compatible with Microsoft TS-01 Requirement #5.3-1 Word 2010), .XLSX (compatible with Microsoft Excel 2010), or .PPTX (compatible with Microsoft PowerPoint 2010).

Page 41 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Contractor shall furnish the SDD document in electronic form consisting of each source file above after conversion to .PDF TS-01 Requirement #5.3-2 format for printing on 8.5” by 11” paper. The SDD document shall detail the implementation of the Requirements identified in the System Design Requirement document TS-01 Requirement #5.3-3 (see section 5.2 above) above and the Tolling Specification document (e.g. TS-04, TS-05, TS-06 and TS-07) of the respective Toll System element.

The SDD document shall contain an executive summary section that describes the Toll System’s major components and features of TS-01 Requirement #5.3-4 the Toll System which address performance; security; ease of use; reliability; availability and serviceability.

TS-01 Requirement #5.3-5 The SDD document shall contain a design overview that describes the overall design. TS-01 Requirement #5.3-6 The SDD document shall contain a systems architecture section. The system architecture section of the SDD document shall contain a system-level graphic representation of Hardware TS-01 Requirement #5.3-7 components; describe their interconnections; and identify both the interfaces between each Toll System element and the interfaces to any external systems.

The system architecture section of the SDD document shall contain a data flow diagram that depicts the logical processes that TS-01 Requirement #5.3-8 comprise the Toll System and an illustration that depicts the data flow as the data moves between these processes. This section shall identify all of the Toll System’s functional processes and show the flow from the data’s inception to its long-term storage.

The system architecture section of the SDD document shall contain a data loading analysis that identifies the type, the amount, and the frequency of data transmission which originated from physical devices and logical processes, and traces the data flow through all TS-01 Requirement #5.3-9 communications paths from the origin of the data to its destination, including all intermediate processes or Equipment. The section shall contain an analysis of the bandwidth required to support the aggregated data that is likely to traverse each of the communications paths in the Toll System. The SDD document shall contain system processing narratives detailing each major processing activity performed by the Toll System. Each narrative shall describe how all people; Equipment and Software interact to satisfy the functional Requirements of the TS-01 Requirement #5.3-10 Toll System and provide a clear and comprehensive explanation of how each of the Department’s functional Requirements is supported by the Toll System. TS-01 Requirement #5.3-11 The SDD document shall contain a security section. The security section of the SDD document shall detail all security features, computer controlled and physical, designed into the Toll TS-01 Requirement #5.3-12 System to control and monitor access to the Toll System and its components (e.g., Hardware, Software and data).

The security section of the SDD document shall describe all features, components and Equipment which protect the Toll System TS-01 Requirement #5.3-13 components from physical hazards such as temperature, humidity, tampering, electrical power surges, brown-outs, and black-outs.

The SDD document shall include an updated Requirements traceability matrix showing each Contract Requirement, identifying TS-01 Requirement #5.3-14 where that Requirement is addressed by the SDD document and detailing the test activity in the Contractor’s testing plan (see section 4.3.9 above) that should prove the Requirement is satisfactorily addressed. 5.3.1. System Software TS-01 Requirement #5.3.1-1 The SDD document shall contain a Software section(s).

TS-01 Requirement #5.3.1-2 The Software section(s) of the SDD shall demonstrate compliance with all data Requirements specified in the SDR document.

Page 42 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Software section(s) of the SDD shall describe the Software architecture and contain system-level illustrations, such as flowcharts and block diagrams, illustrating the overall structure of the Toll System Software. These diagrams shall include the major TS-01 Requirement #5.3.1-3 processing functions performed by each subsystem or major module, their interaction with each other and with the Toll System user. The Software section(s) of the SDD shall describe the major program modules. This section shall include block diagrams, flow charts, and/or other Software design documentation that describe the design of the Toll System Software by major subsystem. This TS-01 Requirement #5.3.1-4 information shall include the details of main processing functions performed by each program or module, including inputs and outputs. The Software section(s) of the SDD shall describe the Software configuration, including the configuration of the operating system, TS-01 Requirement #5.3.1-5 application, database/data management, utility, graphical user interface, device drivers and any other Software used in the Toll System. The Software section(s) of the SDD shall identify which Software is to be custom developed and which is Commercial off the Shelf TS-01 Requirement #5.3.1-6 (COTS) Software. The Software section(s) of the SDD shall explain the functions to be performed by COTS Software and identify the manufacturer, TS-01 Requirement #5.3.1-7 version, and release to be used. For all COTS Software, the Software section(s) of the SDD shall contain all technical specifications and literature produced or customarily provided by the Software manufacturer including but not limited to: a) User documentation b) System administrator documentation TS-01 Requirement #5.3.1-8 c) Reference manuals d) Copies of Software development licenses

The documentation shall include sufficient information to enable the Department to fully operate and perform System administration duties for the COTS Software product for each type of computer processor furnished as part of the Contract.

The Software section(s) of the SDD shall identify the languages, compilers, and utilities to be used (including version and release TS-01 Requirement #5.3.1-9 number) in development, compiling and operation of custom developed Software. The Software section(s) of the SDD shall identify the languages, compilers, and utilities to be used (including version and release TS-01 Requirement #5.3.1-10 number) in compiling, configuring and operation of COTS Software. The Software section(s) of the SDD shall describe the database; data management structure and overall organization of all files TS-01 Requirement #5.3.1-11 and/or databases used by the Toll System. The Software section(s) of the SDD shall fully describe all COTS database products used by the Toll System including version, TS-01 Requirement #5.3.1-12 release, functional characteristics, operational Requirements, and any other relevant characteristics of the product. TS-01 Requirement #5.3.1-13 The Software section(s) of the SDD shall identify all data elements. The Software section(s) of the SDD shall provide a description of all data input to the Toll System and all data output by the Toll TS-01 Requirement #5.3.1-14 System. The Software section(s) of the SDD shall provide a data dictionary listing all System data elements and describing the size, definition, TS-01 Requirement #5.3.1-15 validation rules and other information pertaining to each. If a COTS data dictionary is to be used, the Software section(s) of the SDD shall identify the manufacturer, version, and release. Such data dictionary shall be sufficient for a programmer with average skills or better to understand the database structure, all data TS-01 Requirement #5.3.1-16 elements and all relationships between data elements.

Page 43 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Software section(s) of the SDD shall provide an entity-relationship diagram illustrating the interactions between the various entities for which data is collected in the Toll System that depicts the relationships between the entities and their associated data. TS-01 Requirement #5.3.1-17 This description shall identify all significant Toll System entities (person, object, place, events, etc.) and show the nature of all significant interactions from the data’s inception to storage. The Software section(s) of the SDD shall describe the overall organization of the files and tables to be used in the Toll System. This TS-01 Requirement #5.3.1-18 description shall include an identification of all data files, tables, and fields; fully describe the relationships between fields and tables; and demonstrate compliance with the data Requirements specified herein.

The Software section(s) of the SDD shall contain a data storage analysis and describe the techniques employed to ensure that the Toll System can meet the storage Requirements for on-line and historical data, and expansion capabilities. The analysis shall include TS-01 Requirement #5.3.1-19 identification of all files (e.g., system, message, report files), databases, and their retention cycles. The analysis shall include a description of whether the information will be available for on-line retrieval or archived in off-line storage.

The Software section(s) of the SDD shall provide an Interface Control Document describing the entire interface between the ORT TS-01 Requirement #5.3.1-20 Zone Subsystems and the Host Subsystem. The Software section(s) of the SDD shall provide an Interface Control Document describing the entire interface between all MOMS TS-01 Requirement #5.3.1-21 functions at the ORT zone locations and all MOMS functions at the Host Subsystem locations.

The Software section(s) of the SDD shall provide an Interface Control Document describing the entire interface between all Video TS-01 Requirement #5.3.1-22 Audit Subsystem functions at the ORT zone locations and all Video Audit Subsystem functions at the Host Subsystem locations.

The Software section(s) of the SDD shall fully describe all communications protocols such that a third party systems integrator could write a Software driver to fully implement the Interface Control Documents described above and fully access all required TS-01 Requirement #5.3.1-23 features of the Toll System. This section shall include, but not be limited to the following: a) List of all supported objects and what functions they invoke b) A traceability matrix that identifies the objects used to support the specific functional Requirements of the contract

The Software section(s) of the SDD shall describe the operator interface including user tools and techniques employed to ensure an easy to use, consistent, and efficient interface between the operator and the Toll System. Examples of such techniques include:

a) The use of a graphical user interface TS-01 Requirement #5.3.1-24 b) Standardization in the formatting of screens and reports c) Consistent use of program function keys d) Color coded alarm notification e) Drop down and pop-up menus 5.3.2. System Hardware TS-01 Requirement #5.3.2-1 The SDD document shall contain a Hardware section(s). The Hardware section(s) of the SDD shall contain drawings that clearly and completely indicate the function of each System Hardware component. The drawings shall indicate termination points of devices, and interconnections required for System TS-01 Requirement #5.3.2-2 operation, interconnection between modules and devices, spacing of components, and location, mounting and positioning details. These component drawings are not a substitute for the Detailed Design Drawings required elsewhere in the Tolling Specification (TS-xx) documents.

Page 44 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Hardware section(s) of the SDD shall contain a system-level diagram of the communications network and specifications for TS-01 Requirement #5.3.2-3 each major component and identify how the component functions in the network. Network diagrams shall include System communications diagrams detailing the wiring and interconnections between the Toll System and other devices. The Hardware section(s) of the SDD shall contain detailed diagrams and full technical specifications of communications network components, Hardware and Software, and communications protocols and network topologies used in the Toll System architecture. TS-01 Requirement #5.3.2-4 These detailed diagrams are not to substitute the required Detail Contract Drawings elsewhere in the Tolling Specification (TS-xx) documents. The Hardware section(s) of the SDD shall describe the techniques employed to ensure that the network can meet the volume of TS-01 Requirement #5.3.2-5 transaction traffic to be supported and is capable of meeting performance and expansion Requirements The Hardware section(s) of the SDD shall describe the quality, function, and capability of each piece of Toll System Equipment. TS-01 Requirement #5.3.2-6 Where applicable, this section shall also depict rack and/or enclosure Equipment layouts, including dimensions of rack and components. The Hardware section(s) of the SDD shall provide descriptive material, (manuals, Cut Sheets, drawings, brochures, etc.) for each proposed type of Toll System Equipment that: TS-01 Requirement #5.3.2-7 a) Clearly demonstrates the Equipment will meet the functional objectives of the Toll System b) Provides sufficient technical data for complete evaluation of the Equipment and Toll System by the Department The Hardware section(s) of the SDD shall contain complete specifications (e.g., make, model, part number, version number, TS-01 Requirement #5.3.2-8 optional feature set installed, expansion slots, communications ports, etc.) for each Toll System Equipment item. The Hardware section(s) of the SDD shall contain: a) Sufficient information for the Department to fully operate and maintain each Toll System Equipment item including schematic wiring, interconnection diagrams, and complete instructions for proper installation including Equipment outlines, mounting, a complete parts list, and a list of recommended spares b) Text that describes all functional capabilities of each Toll System Equipment item, and explains all adjustments including how they are performed and their effect on Equipment operation c) Flow charts that describe troubleshooting procedures in a logical manner TS-01 Requirement #5.3.2-9 d) Descriptions of required test Equipment e) Instructions for using the test Equipment to maintain and repair Toll System Equipment items

f) Information necessary for the proper installation, start-up, initialization, and operation of the Toll System Equipment item

g) Environmental and operational specifications of each Toll System Equipment item including but not limited to operating temperature range and other operating environment limitations, power Requirements, electromagnetic energy limitations, Equipment weight, special handling considerations, Equipment power dissipation rates, and cooling Requirements 5.3.3. Design Analysis TS-01 Requirement #5.3.3-1 The SDD document shall contain a design analysis section. The design analysis section of the SDD document shall contain a Requirements matrix identifying: a) Each design Requirement and approved design change TS-01 Requirement #5.3.3-2 b) The logical processes and physical system/subsystem components of the Toll System where such Requirement will be implemented This Requirements matrix shall further:

Page 45 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* a) State the specific section of the System Detailed Design document that details the Toll System design addressing each such TS-01 Requirement #5.3.3-3 Requirement b) Identify the testing phase where (e.g. Factory Acceptance Test) the implementation of each such Requirement will be tested to prove that Toll System satisfies the Requirement TS-01 Requirement #5.3.3-4 The SDD document shall contain a system reliability section. The system reliability section of the SDD document shall contain a description and calculation of Toll System reliability based on the TS-01 Requirement #5.3.3-5 MTBF and expected MTTR for each major component and subsystem. TS-01 Requirement #5.3.3-6 The SDD document shall contain a system availability section. The system availability section of the SDD document shall describe failure handling and recovery using a failure / switchover / TS-01 Requirement #5.3.3-7 recovery matrix showing the types of failures, the process of reporting these failures and how switchover to the backup and redundant components is done. The system availability section of the SDD document shall contain descriptions of all System diagnostics to detect and isolate TS-01 Requirement #5.3.3-8 failures. If the configuration requires redundant or high availability components or Equipment, the system availability section of the SDD shall TS-01 Requirement #5.3.3-9 provide a description of the Hardware and/or Software features incorporated to meet the Requirement for high availability in the event of the failure of one or more System components. TS-01 Requirement #5.3.3-10 The SDD document shall contain a performance section. The performance section of the SDD section shall detail the capability of the Toll System to meet the performance Requirements in TS-01 Requirement #5.3.3-11 the Department’s toll environment. The performance section of the SDD shall describe, explain, and document the analysis that was used to support the Contractor’s statements of performance, durability, and availability. Where such statements rely upon third party claims, promises, or TS-01 Requirement #5.3.3-12 warranties, this section shall include copies, or, as appropriate, original documentation of said promises, representations, and warranties.

TS-01 Requirement #5.3.3-13 The performance section of the SDD shall provide complete product information for any automated tools used in this analysis.

5.3.4. Other The SDD shall include but not be limited to: a) Toll System architecture, including overall system design concept b) In- Equipment layout for each zone type c) Lane layout electrical and logic diagrams d) Toll Equipment building Equipment rack layout and interconnections e) Data backup systems design, including sizing and processing calculations TS-01 Requirement #5.3.4-1 f) Specification of all peripheral device interfaces and control g) Server design, including sizing and processing calculations h) Storage system design, including sizing and processing calculations i) Network sizing and design details including Internet Protocol scheme and space Requirements j) Power Requirements k) Degraded mode of operations and impacts of failures on system operations l) UPS sizing information detailing all Equipment on the UPS(s) and their total power Requirements The SDD shall include but not be limited to: TS-01 Requirement #5.3.4-2 a) Detailed database design, schema and entity relationship modeling, including sizing and processing calculations Page 46 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

b) Detail of all fault tolerant aspects of the system design including servers, storage, network, database and application

c) Disaster recovery design including servers, storage, network, database, data resiliency and application d) Hardware dependencies and inter-dependencies e) Details of the COTS operating system and COTS middleware configurations and integration f) Detailed primary and secondary locations rack and server placement Design g) All internal system interfaces h) All custom developed Software i) All Software provided by the Contractor or a third party j) Software dependencies and inter-dependencies k) Data flow diagrams, state diagrams and data queues l) Module level descriptions and interaction among various modules m) Detailed description to the module and/or process level for all of the functions of the Toll System n) Lane logic and vehicle framing design and rules with illustrations o) Degraded mode of operations and impacts of failures on Toll System operations p) Transaction audit and pre-processing q) Transaction processing design, including sizing and processing calculations r) Detailed Interface specifications between all Software components The SDD shall include but not be limited to: a) Design of all system interfaces (both sides of the interface), including the electronic interface with the VDOT Advanced Traffic Management System; the electronic interface with the VDOT E-ZPass CSC systems; and the electronic interface between the Host Subsystem and each location of the ORT Zone Subsystem

b) Formal and standard Interface Control Documents for documenting both sides of the Interface for all such interfaces

c) Detailed data management design and processes, including summarization, archiving and purging TS-01 Requirement #5.3.4-3 d) All user Interfaces (including reports and screen formats) e) System data dictionaries f) Application performance monitoring design g) Access/identity security methodology h) Security access system layout and interconnections i) Cabinet interconnection diagrams j) Environmental specifications 5.4. Detailed Test Procedures The Contractor shall develop and furnish a Detailed Test Procedures document as follows.

The Contractor shall furnish the Detailed Test Procedures in electronic form consisting of source files in .DOCX (compatible with TS-01 Requirement #5.4-1 Microsoft Word 2010), .XLSX (compatible with Microsoft Excel 2010), or .PPTX (compatible with Microsoft PowerPoint 2010).

The Contractor shall furnish the Detailed Test Procedures in electronic form consisting of each source file above after conversion TS-01 Requirement #5.4-2 to .PDF format for printing on 8.5” by 11” paper. The Detailed Test Procedures document shall describe all test related activities including but not limited to those activities required TS-01 Requirement #5.4-3 to prepare for, conduct, measure and assess all of the testing required by section 7 below.

Page 47 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Detailed Test Procedures document shall include an updated Requirements traceability matrix showing each Contract TS-01 Requirement #5.4-4 Requirement, identifying where that Requirement is addressed by the SDD document and identifying which test procedure(s) should prove that the Requirement is satisfactorily addressed. The Detailed Test Procedures document shall detail all procedures for Factory Acceptance Test, where all such testing occurs at a TS-01 Requirement #5.4-5 Contractor facility. These Factory Acceptance Test procedures shall demonstrate all Toll System functions required by the Tolling Specification TS-01 Requirement #5.4-6 document (TS-04, TS-05, TS-06 or TS-07) of the respective Toll System element. These Factory Acceptance Test procedures shall detail all ORT Zones, vehicles by type and the quantity of each, transponders by TS-01 Requirement #5.4-7 type and the quantity of each and license plates by issuing state and type that will be used in each test case; all computer simulation that will be used; and the associated data collection methodology.

While they may not statistically prove Toll System performance with a high confidence level; these Factory Acceptance Test TS-01 Requirement #5.4-8 procedures shall provide a reasonable indication that the Toll System is capable of meeting all stated performance Requirements.

The Detailed Test Procedures document shall detail all procedures for Revenue Service Acceptance Test, where all such testing TS-01 Requirement #5.4-9 occurs at the Department’s facilities. These Revenue Service Acceptance Test procedures shall demonstrate all Toll System functions required by the Tolling Specification TS-01 Requirement #5.4-10 document (TS-04, TS-05, TS-06 or TS-07) of the respective Toll System element. These Revenue Service Acceptance Test procedures shall detail all ORT Zones, vehicles by type and the quantity of each, TS-01 Requirement #5.4-11 transponders by type and the quantity of each and license plates by issuing state and type that will be used in each test case; all computer simulation that will be used; and the associated data collection methodology. TS-01 Requirement #5.4-12 These Revenue Service Acceptance Test procedures shall prove all ORT Zone Subsystem function. These Revenue Service Acceptance Test procedures shall be capable of proving all statistical Key Performance Indicators (KPIs) of the ORT Zone Subsystem. An ORT Zone Subsystem with at least 2 reversible travel lanes shall be used for such testing in both TS-01 Requirement #5.4-13 travel directions. Both the pass/fail criteria and the number of allowable failures shall be specified with these procedures and be subject to Approval by the Department. TS-01 Requirement #5.4-14 These Revenue Service Acceptance Test procedures shall prove all Host Subsystem function. These Revenue Service Acceptance Test procedures shall be capable of proving all statistical KPIs of the Host Subsystem. Both the TS-01 Requirement #5.4-15 pass/fail criteria and the number of allowable failures shall be specified with these procedures and be subject to Approval by the Department. TS-01 Requirement #5.4-16 These Revenue Service Acceptance Test procedures shall be sufficient to prove all Video Audit Subsystem function. TS-01 Requirement #5.4-17 These Revenue Service Acceptance Test procedures shall be sufficient to prove all MOMS function. These Revenue Service Acceptance Test procedures shall be capable of proving all statistical KPIs related to System Operations TS-01 Requirement #5.4-18 services. Both the pass/fail criteria and the number of allowable failures shall be specified with these procedures and be subject to Approval by the Department. The Detailed Test Procedures document shall detail all procedures for Project Acceptance Test, where all such testing occurs at the TS-01 Requirement #5.4-19 Department’s facilities. These Project Acceptance Test procedures shall be capable of proving all statistical KPIs of the ORT Zone Subsystem. Both the TS-01 Requirement #5.4-20 pass/fail criteria and the number of allowable failures shall be specified with these procedures and be subject to Approval by the Department.

Page 48 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* These Project Acceptance Test procedures shall be capable of proving all statistical KPIs of the Host Subsystem. Both the pass/fail TS-01 Requirement #5.4-21 criteria and the number of allowable failures shall be specified with these procedures and be subject to Approval by the Department. These Project Acceptance Test procedures shall be capable of proving all statistical KPIs of the System Operations services. Both TS-01 Requirement #5.4-22 the pass/fail criteria and the number of allowable failures shall be specified with these procedures and be subject to Approval by the Department. 5.5. System Manuals TS-01 Requirement #5.5-1 The Contractor shall develop and furnish System Manuals as follows.

The Contractor shall furnish System Manuals in electronic form consisting of source files in .DOCX (compatible with Microsoft TS-01 Requirement #5.5-2 Word 2010), .XLSX (compatible with Microsoft Excel 2010), or .PPTX (compatible with Microsoft PowerPoint 2010).

The Contractor shall furnish System Manuals in electronic form consisting of each source file above after conversion to .PDF format TS-01 Requirement #5.5-3 for printing on 8.5” by 11” paper. 5.5.1. System Administrator Manual TS-01 Requirement #5.5.1-1 The Contractor shall develop and furnish a System Administrator Manual as part of the System Manuals. The System Administrator Manual shall contain graphical depictions and detailed written descriptions of all functions and procedures TS-01 Requirement #5.5.1-2 required for the proper monitoring and administration of the Toll System. This manual shall address all aspects of Toll System administration including but not limited to the following: a) Backup and recovery features and procedures b) Performance analysis c) Scheduled Maintenance d) Patch management procedures e) Audit and control procedures TS-01 Requirement #5.5.1-3 f) Contingency plans g) Configuration control/change management h) System diagnostics i) Database/data integrity safeguards and procedures j) Inventory listings of Equipment and Software k) Special requests l) A list of all expendable supplies and sources This manual shall contain a section(s) describing the administration of all Software applications and all configuration functions including, but not limited to, the following items: a) Detailed instructions and procedures for the installation and configuration of the Software b) Detailed description and procedures for configuration of user access privileges and access levels to use of all application functions c) Detailed description and procedures for the configuration and management of the application and its databases TS-01 Requirement #5.5.1-4 d) Detailed description and procedures for installing, backing up and restoring the application Software and include System generation procedures e) Detailed description and procedures for event logs Maintenance activities including downloading, sorting, printing and clearing

Page 49 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs

Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* f) Detailed description and procedures for conducting System health checks to ensure the operational health and vitality of the Toll System

A separate, removable section of the System Administration Manual shall contain information on the proper administration and control of the security features built into the Toll System. This removable section shall include, but is not limited to, details on:

a) Procedures for granting, modifying and deleting access to the Host Subsystem, the ORT Zone Subsystem, the Video Audit Subsystem and the MOMS b) User identifiers TS-01 Requirement #5.5.1-5 c) Multi-factor authentication control, including but not limited to password issuance and resets d) Security policies e) Definition of staff roles and responsibilities f) Description of the types of Toll System user accounts provided and the functions of the Toll System to which each type of account has access g) Procedures for configuring and restricting remote access to various elements of the Toll System h) Description of the security and the access logging facilities and logs generated by each element of the Toll System The System Administration Manual shall fully describe: a) All programs and processes and the procedures for monitoring each to ensure that the System is operational and troubleshoot problems b) All procedures for validating tasks, processes and jobs have successfully completed, and errors and exceptions encountered TS-01 Requirement #5.5.1-6 c) All procedures for validating the successful transfer and receipt of files for all interfaces including but not limited to the Host Subsystem, the ORT Zones Subsystem, the Video Audit Subsystem, the MOMS, the VDOT Advanced Traffic Management System and the VDOT E-ZPass CSC d) All error codes arranged as a list or table with their meaning, potential associated problems and a step by step guide to troubleshooting each to correct the underlying problem The System Administration Manual shall contain: a) The database design and all database Maintenance procedures recommended or required to keep the Toll System operational, including a recommended schedule for each such procedure b) All detailed procedures for backup, archiving and purging data c) All detailed schedule for all preventative Maintenance procedures and activities TS-01 Requirement #5.5.1-7 d) Technical contact lists for all Hardware and Software providers e) Details and copies of all third-party system support agreements f) Ad-hoc reporting tools and detailed procedures for using such tools to generate ad‑hoc reports g) Details of monitoring tools supplied by the Contractor including but not limited to those associated with the Host Subsystem, ORT Zone Subsystem and MOMS This System Administration Manual shall include computer generated listings of all Toll System programs as an addendum under TS-01 Requirement #5.5.1-8 separate cover. 5.5.2. Supervisor Manual TS-01 Requirement #5.5.2-1 The Contractor shall develop and furnish a Supervisor Manual as part of the System Manuals.

Page 50 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Supervisor Manual shall contain descriptions and appropriate graphics of all functions and procedures required for operation by TS-01 Requirement #5.5.2-2 those in the Department with supervisory responsibilities. 5.5.3. User Manual TS-01 Requirement #5.5.3-1 The Contractor shall develop, furnish and update a User Manual as part of the System Manuals.

TS-01 Requirement #5.5.3-2 The User Manual shall contain graphical depictions and detailed explanations of Toll System operation for all operator functions.

The User Manual shall have a section for problems and/or exception conditions so the operator can resolve common operating TS-01 Requirement #5.5.3-3 problems (e.g., troubleshoot network problems, restart the Toll System in the event of a component failure, etc.) and perform normal Maintenance. The User Manual shall include but not be limited to: a) Screen images detailing the step-by-step activities needed to fulfill a specific functionality b) Flowcharts to provide Department staff a clear understanding of the workflow TS-01 Requirement #5.5.3-4 c) All screens, reports and data fields, clearly explained using sample formats applicable to the System d) Samples of all reports, included either in the manual or as an attachment to the manual, with any specific instructions that may apply to a given report The User Manual shall be written for instructional, study, and refresher use and shall explain all the features and functions of the TS-01 Requirement #5.5.3-5 Toll System for day-to-day operation (e.g., log-on, monitors, daily reports). 5.5.4. System Maintenance Manual TS-01 Requirement #5.5.4-1 The Contractor shall develop and furnish a System Maintenance Manual as part of the System Manuals. The System Maintenance Manual shall contain detailed descriptions and appropriate graphics of Maintenance activities and TS-01 Requirement #5.5.4-2 procedures for all elements of the Toll System. The System Maintenance Manual shall include but not be limited to: a) General description of the Toll System and theory of operations b) System block diagrams c) Component diagrams/schematics d) Wiring diagrams e) Detailed electrical/electronic logic circuit analysis f) Preventive Maintenance schedule TS-01 Requirement #5.5.4-3 g) Preventive and corrective Maintenance procedures h) Installation, test and troubleshooting procedures i) Notification processes j) Fault monitoring processes/procedures k) Remote diagnostic processes/procedures l) Identify all tools and other Equipment that shall be carried by each technician while on Maintenance duty m) Fault correction procedures 5.6. Training Materials Draft copies of all training materials shall be furnished to the Department and be subject to the Department’s review and Approval TS-01 Requirement #5.6-1 prior to final printing of quantities required for training. The Department shall have the right to require additional interim drafts at no additional cost should draft training materials TS-01 Requirement #5.6-2 submitted not be of adequate quality or have missing or incorrect information.

Page 51 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* 5.6.1. Instructor Guide TS-01 Requirement #5.6.1-1 The Contractor shall develop and furnish an instructor guide for each course in section 8 below. The instructor guide for each course shall include the course agenda; course objective; procedures for managing training session; resource and facilities required, including work stations, power and communications Requirements; detailed lesson plans; a detailed TS-01 Requirement #5.6.1-2 list and description of all training aids and items to aid in on the job performance (e.g., where applicable, pocket guides or reference sheets); testing to be administered to assure satisfactory completion; and instructions for using any audio-visual support Equipment or materials. The Contractor shall furnish the instructor guide for each course in electronic form consisting of source files in .DOCX (compatible TS-01 Requirement #5.6.1-3 with Microsoft Word 2010), .XLSX (compatible with Microsoft Excel 2010), or .PPTX (compatible with Microsoft PowerPoint 2010). The Contractor shall furnish the instructor guide for each course in electronic form consisting of each source file above after TS-01 Requirement #5.6.1-4 conversion to .PDF format for printing on 8.5” by 11” paper. 5.6.2. Training Aids TS-01 Requirement #5.6.2-1 The Contractor shall develop and furnish training aids for each course in section 8 below.

The Contractor shall develop and furnish training aids such as mock-ups, scale models, overhead displays, recorded demonstrations TS-01 Requirement #5.6.2-2 and simulations as are necessary to successfully complete the course agenda and meet the course objective.

5.6.3. Student Workbooks TS-01 Requirement #5.6.3-1 The Contractor shall develop and furnish student workbooks for each course in section 8 below. Student workbooks shall include but not be limited to course agenda, course objectives, schedule of sessions, copies of all TS-01 Requirement #5.6.3-2 presentations and visuals and lesson outlines and summaries. Materials such as System Manuals (see section 5.5 above) may be used to supplement the material provided in the student TS-01 Requirement #5.6.3-3 workbook. If such material is used, appropriate cross-references shall be included in the student workbook so as to identify the complete set of training materials provided to the student.

The Contractor shall provide student workbooks in electronic form consisting of source files in .DOCX (compatible with Microsoft TS-01 Requirement #5.6.3-4 Word 2010), .XLSX (compatible with Microsoft Excel 2010), or .PPTX (compatible with Microsoft PowerPoint 2010).

The Contractor shall provide student workbooks in electronic form consisting of each source file above after conversion to .PDF TS-01 Requirement #5.6.3-5 format for printing on 8.5” by 11” paper. 6. System Installation Requirements for Contractor installation of the Toll System are described in the TS-03 document. 7. System Testing The Offeror shall include in their Proposal a summary of no more than two (2) page-sides, describing the testing concept that they are proposing to effectively test the Toll System and specifically describing the process the Contractor will use to ensure timely delivery of a quality product that minimizes risk to the Department.

As part of their Proposal, the Offeror shall describe their experience and results in performing Factory Acceptance Test or similar off-site testing of a toll collection system in an environment that mixes simulation of an entire roadway sensor system and tolling points and test script scenario injections with physical ORT zone systems and test vehicles driven by test personnel.

Page 52 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

TS-01 Requirement #7-1 The Contractor shall systematically and thoroughly test the Toll System for compliance with all Contract Requirements.

For all on-site testing involving test vehicles, the Contractor shall perform such testing during off‑peak hours or as otherwise TS-01 Requirement #7-2 Approved by the Department to minimize its impact. For all on-site testing involving lane closures or other MOT measures, the Contractor shall perform such testing during off‑peak TS-01 Requirement #7-3 hours or as otherwise Approved by the Department to minimize its impact. The EOR shall develop the MOT plans necessary to support the Contractor’s on-site testing activities (see section 11.5 below) and TS-01 Requirement #7-4 the Contractor shall provide all Equipment and personnel necessary to effect these MOT plans. TS-01 Requirement #7-5 The Test Manager shall coordinate and supervise all testing. TS-01 Requirement #7-6 The Quality Manager shall be present for and observe all testing. Additional physical testing Requirements applicable to a specific Toll System element are detailed in the respective Tolling Specification document (TS-04, TS-05, TS‑06 and TS-07). Additional Requirements specific to a phase of testing are detailed below. 7.1. Factory Acceptance Testing Prerequisites to Factory Acceptance Testing are detailed in section 4.2.6 above. The Department’s only role in Factory Acceptance Test shall be to observe, review and Approve. The Contractor shall conduct a Factory Acceptance Test as described in the testing section of the Management Plan (see section 4.3.9 above) and the Detailed Test Procedures (see section 5.4 above) for the Department to assess: TS-01 Requirement #7.1-1 a) The Contractor’s design b) Overall readiness for the commencement of installation activities at the Department’s facility The Contractor shall provide all test vehicles, E-ZPass transponders, license plates, vehicle drivers and data recording personnel for TS-01 Requirement #7.1-2 Factory Acceptance Test. TS-01 Requirement #7.1-3 The Contractor shall keep a detailed record of all Factory Acceptance Test testing and test results. The Contractor shall develop and provide a weekly report to the Department from the start of Factory Acceptance Test until TS-01 Requirement #7.1-4 Factory Acceptance Test is successfully completed. These reports shall document the results each time a test procedure is attempted in Factory Acceptance Test, the associated test TS-01 Requirement #7.1-5 data, any anomalies identified and the proposed corrective action. These reports shall also identify testing not yet attempted. The proposed corrective action shall be subject to written Department Approval. The Contractor shall provide and operate at least one complete, reversible (with two (2) gantries) ORT Zone Subsystem TS-01 Requirement #7.1-6 throughout Factory Acceptance Test. The Contractor shall provide and operate comprehensive simulation of all other ORT Zone Subsystems during Factory Acceptance TS-01 Requirement #7.1-7 Test. The Contractor shall provide and operate a complete Host Subsystem throughout Factory Acceptance Test that is equipped TS-01 Requirement #7.1-8 identically and configured the same as the planned installation at the VDOT Hampton Roads Traffic Operations Center and at the VDOT Bowers Hill Communication Hub. The Toll System shall operate using the complete interface with the VDOT Advanced Traffic Management System during Factory TS-01 Requirement #7.1-9 Acceptance Test and the Contractor shall demonstrate full validation of such interface prior to successful completion of the Factory Acceptance Test Milestone. The Contractor shall provide and operate tools during Factory Acceptance Test that provide for: a) The Toll System to exchange data directly with the VDOT Advanced Traffic Management System TS-01 Requirement #7 1-10

Page 53 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. TS-01 Requirement #7.1-10 N-Not Provided* b) The injection of a comprehensive set of simulated traffic management system scenarios and evaluate corresponding Toll System outputs

As part of Factory Acceptance Test, the Contractor shall perform all testing necessary to prove that the interface between the Toll TS-01 Requirement #7.1-11 System and the VDOT Advanced Traffic Management System meets all stated Requirements including but not limited to those specified in the Tolling Specification document for the Host Subsystem (TS-04) and the SDR document (see section 5.2 above).

The Toll System shall operate using the complete interface with the VDOT’s E‑ZPass CSC during Factory Acceptance Test and the TS-01 Requirement #7.1-12 Contractor shall demonstrate full validation of such interface prior to successful completion of the Factory Acceptance Test Milestone. Such validation shall include but not be limited to all testing necessary to prove that the interface between the Toll System and the TS-01 Requirement #7.1-13 VDOT E‑ZPass CSC meets all stated Requirements including but not limited to those specified in the Tolling Specification document for the Host Subsystem (TS-04) and the SDR document (see section 5.2 above). The Contractor shall operate and conduct Factory Acceptance Test with a mix of simulated ORT Zone Subsystem locations, a physical ORT Zone Subsystem and a physical Host Subsystem to fully validate the Toll System’s dynamic pricing, price sign display TS-01 Requirement #7.1-14 script generation, transaction processing, vehicle detection and classification, toll rate determination and other functions for effective congestion management. The Contractor shall provide and operate a complete Video Audit Subsystem throughout Factory Acceptance Test. Such Video TS-01 Requirement #7.1-15 Audit Subsystem shall be equipped identically and configured the same as the installation planned for the VDOT Hampton Roads Traffic Operations Center and at the VDOT Bowers Hill Communication Hub. The Contractor shall provide and operate a complete MOMS throughout Factory Acceptance Test. Such MOMS shall be equipped TS-01 Requirement #7.1-16 identically and configured the same as the installation planned for the VDOT Hampton Roads Traffic Operations Center and at the VDOT Bowers Hill Communication Hub. The Contractor shall conduct Factory Acceptance Testing so as to demonstrate that the Toll System will be compatible with other TS-01 Requirement #7.1-17 E-ZPass members. Department Approval of any aspect of testing shall not relieve the Contractor of the responsibility to meet all Requirements of the TS-01 Requirement #7.1-18 Toll System. Subsystem-specific Factory Acceptance Test Requirements are detailed in the subsystem’s respective Tolling Specification (e.g. TS- 04, TS-05, TS-06 or TS-07) document. 7.2. Revenue Service Acceptance Testing Prerequisites to Revenue Service Acceptance Testing are detailed in section 4.2.9 above. The Department’s only role in Revenue Service Acceptance Test shall be to observe, review and Approve. The Contractor shall conduct Revenue Service Acceptance Test as described in the testing section of the Management Plan (see section 4.3.9 above) and the Detailed Test Procedures (see section 5.4 above) for the Department to assess the ability of the Toll System, System Operation services (see section 9 below) and System Maintenance services (see section 10 below) to meet all Contract Requirements including but not limited to: TS-01 Requirement #7.2-1 a) Effectively processing, storing and forwarding all transactions to VDOT’s E‑ZPass CSC b) Effectively receiving, storing and processing all associated reconciliation files c) Appropriately accounting for and reporting these transactions d) Supporting the audit of these transactions e) Supporting the VDOT E-ZPass CSC’s resolution of motorist disputes

Page 54 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Contractor shall conduct Revenue Service Acceptance Test as described in the testing section of the Management Plan (see section 4.3.9 above) and the Detailed Test Procedures (see section 5.4 above) for the Department to assess the operation of the TS-01 Requirement #7.2-2 Host Subsystem, ORT Zones Subsystem, Video Audit Subsystem and MOMS and to evaluate their ability to operate fully and continuously during all tolling hours with minimal manual intervention. The Contractor shall provide all test vehicles, E-ZPass transponders, license plates, vehicle drivers and data recording personnel for TS-01 Requirement #7.2-3 Revenue Service Acceptance Test. The Contractor shall provide all signage and other materials, Equipment and personnel for MOT during Revenue Service TS-01 Requirement #7.2-4 Acceptance Test where controlled test environments are required.

The Contractor shall conduct MOT in accordance with the 2011 Virginia Work Area Protection Manual and ensure that all TS-01 Requirement #7.2-5 Contractor personnel on-site for Revenue Service Acceptance Test and related activities are appropriately trained and certified.

The Contractor shall have the EOR oversee all set up, operation and removal of signage and other materials, Equipment and TS-01 Requirement #7.2-6 personnel for MOT during Revenue Service Acceptance Test. TS-01 Requirement #7.2-7 The Contractor shall keep a detailed record of all Revenue Service Acceptance Test testing and test results. The Contractor shall develop and provide a weekly report to the Department from the start of Revenue Service Acceptance Test TS-01 Requirement #7.2-8 until Revenue Service Acceptance Test is successfully completed. These reports shall document the results each time a test procedure is attempted in Revenue Service Acceptance Test, the TS-01 Requirement #7.2-9 associated test data, any anomalies identified and the proposed corrective action. These reports shall also identify testing not yet attempted. The proposed corrective action shall be subject to written Department Approval. As part of Revenue Service Acceptance Test, the Contractor shall perform all testing necessary to prove that the interface between the Toll System and the VDOT E‑ZPass CSC meets all Requirements including but not limited to those specified in the Tolling TS-01 Requirement #7.2-10 Specification document for the Host Subsystem (TS-04) and the SDR document (see section 5.2 above) and complies with the System Detailed Design Document (see section 5.3 above). As part of Revenue Service Acceptance Test, the Contractor shall perform all testing necessary to prove that the interface between the Toll System and the VDOT Advanced Traffic Management System meets all Requirements including but not limited to those TS-01 Requirement #7.2-11 specified in the Tolling Specification document for the Host Subsystem (TS-04) and the SDR document (see section 5.2 above) and complies with the System Detailed Design Document (see section 5.3 above). As part of Revenue Service Acceptance Test, the Contractor shall conduct comprehensive testing of all ORT Zone Subsystem TS-01 Requirement #7.2-12 function. The Contractor shall conduct comprehensive testing of all Host Subsystem functions described in the TS-04 document and the System Detailed Design document (see section 5.3 above) as part of the Revenue Service Acceptance Test. These functions include, but are not limited to, those related to: a) The VDOT Advanced Traffic Management System interface b) Displaying toll prices on roadside signs c) ORT Zone Subsystem functions TS-01 Requirement #7.2-13 d) Evaluating the effectiveness of the rate assessment process for both eastbound and westbound vehicles, as described in Section 2 of TS-04 Appendix G e) The E-ZPass CSC interface f) The interface to the Toll System’s ORT Zone Subsystems g) Transaction processing from E-ZPass transponder and license plate image data h) Toll rate determination

Page 55 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* i) Associated reports As part of Revenue Service Acceptance Test, the Contractor shall conduct comprehensive testing of all MOMS functions described TS-01 Requirement #7.2-14 in the TS-07 document and the System Detailed Design document (see section 5.3 above) as part of the Revenue Service Acceptance Test. As part of Revenue Service Acceptance Test, the Contractor shall conduct comprehensive testing of all Toll System Video Audit TS-01 Requirement #7.2-15 Subsystem functions described in the TS-06 document and the System Detailed Design document (see section 5.3 above) as part of the Revenue Service Acceptance Test. The Contractor shall perform all testing necessary to prove the Toll System is compatible with and acceptable to all other E-ZPass TS-01 Requirement #7.2-16 members. Department Approval of any aspect of testing shall not relieve the Contractor of the responsibility to meet all Requirements of the TS-01 Requirement #7.2-17 Toll System. 7.3. Project Acceptance Testing The Department’s only role in Project Acceptance Test shall be to observe, review and Approve. The Contractor shall commence Project Acceptance Test sixty (60) calendar days or more after successfully completing Revenue TS-01 Requirement #7.3-1 Service Acceptance Test. TS-01 Requirement #7.3-2 The Contractor shall keep a detailed record of all Project Acceptance Test testing and test results. The Contractor shall develop and provide a weekly report to the Department from the start of Project Acceptance Test until TS-01 Requirement #7.3-3 Project Acceptance Test is successfully completed. These reports shall document the results each time a test procedure is attempted in Project Acceptance Test, the associated test TS-01 Requirement #7.3-4 data, any anomalies identified and the proposed corrective action. These reports shall also identify testing not yet attempted. The proposed corrective action shall be subject to written Department Approval. The Contractor shall conduct a Project Acceptance Test as described in the testing section of the Management Plan (see section 4.3.9 above) and the Detailed Test Procedures (see section 5.4 above) for the Department to assess completion of the Toll System TS-01 Requirement #7.3-5 and successful bring up of System Operation services (see section 9 below) and System Maintenance services (see section 10 below). The Project Acceptance Test shall confirm the Project’s System Software and Hardware functions over the test period with limited TS-01 Requirement #7.3-6 manual intervention in live operations. It is intended to confirm that the Project System and the network are sized and configured correctly and data is processed without interruption. As part of Project Acceptance Test, the Contractor shall perform all testing necessary to prove that the interface between the Toll System and the VDOT E‑ZPass CSC meets all stated Requirements including but not limited to those specified in the Tolling TS-01 Requirement #7.3-7 Specification document for the Host Subsystem (TS-04) and the SDR document (see section 5.2 above). Such testing includes but is not limited to “live traffic” testing. As part of Project Acceptance Test, the Contractor shall perform all testing necessary to prove that the interface between the Toll System and the VDOT Advanced Traffic Management System meets all stated Requirements including but not limited to those TS-01 Requirement #7.3-8 specified in the Tolling Specification document for the Host Subsystem (TS-04) and the SDR document (see section 5.2 above). Such testing includes but is not limited to “live traffic” testing. The Contractor shall monitor Toll System accuracy, performance, reliability and auditability in live traffic operations for at least sixty TS-01 Requirement #7.3-9 (60) calendar days as part of the Project Acceptance Test. The Project Acceptance Test shall validate System reliability and auditability manually and through tools and reports provided in the TS-01 Requirement #7.3-10 System.

Page 56 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Project Acceptance Test shall validate all dashboards and reports daily for accuracy and reconciled to operations and interface TS-01 Requirement #7.3-11 files. Queries and detailed reports shall be generated to validate the daily, weekly, monthly, yearly and comparative reports and compared to reports.

TS-01 Requirement #7.3-12 The Project Acceptance Test shall verify all alarms displayed on the MOMS and all interface status notification to be accurate.

TS-01 Requirement #7.3-13 The Project Acceptance Test shall fully exercise the Video Audit Subsystem with “live traffic”. The Project Acceptance Test shall clearly demonstrate that the Toll System is capable of meeting performance Requirements. TS-01 Requirement #7.3-14 Failure of the Toll System to meet a performance Requirement shall result in the restart of that particular test until such time the accuracy Requirements are met. As part of the Project Acceptance Test, the Contractor shall be on-site at the Department’s facilities to observe and provide TS-01 Requirement #7.3-15 guidance during the first two (2) monthly audit cycles of the Toll System. The Project Acceptance Test shall clearly demonstrate that all functional elements of the Toll System and components provided by TS-01 Requirement #7.3-16 the Contractor are in conformance with the Department’s technical and operational Requirements and the Installation-Ready Design Review Submittal as conditionally Approved by the Department. The Contractor shall provide all signage and other materials, Equipment and personnel for MOT during Project Acceptance Test TS-01 Requirement #7.3-17 where controlled test environments are required. The Contractor shall conduct MOT in accordance with the 2011 Virginia Work Area Protection Manual and ensure that all TS-01 Requirement #7.3-18 Contractor personnel on-site for Project Acceptance Test and related activities are appropriately trained and certified. The Contractor shall have the EOR oversee all set up, operation and removal of signage and other materials, Equipment and TS-01 Requirement #7.3-19 personnel for MOT during Project Acceptance Test. The Contractor shall perform all testing necessary to prove the Toll System is compatible with and acceptable to all other E-ZPass TS-01 Requirement #7.3-20 members. Department Approval of any aspect of testing shall not relieve the Contractor of the responsibility to meet all Requirements of the TS-01 Requirement #7.3-21 Toll System. 8. System Training The Offeror shall include in their Proposal a summary of no more than two (2) page-sides, describing the training concept and approach that they are proposing to meet the following Requirements. The Contractor shall be solely responsible for supplying all items necessary, including but not limited to training Documentation, TS-01 Requirement #8-1 Software, Hardware and any other Equipment required to complete the delivery of the training program. The Contractor’s program shall include but not be limited to instruction, models/devices, manuals, diagrams and component TS-01 Requirement #8-2 manuals and catalogs as required. Where practical and useful, the Contractor’s training shall be hands on and use actual Hardware and Software in the training TS-01 Requirement #8-3 environment. The Contractor shall produce all training materials and manuals in hard copies sufficient to provide one (1) reproducible set of the TS-01 Requirement #8-4 latest Documentation in electronic form to be used and printed for future training sessions. The Contractor shall ensure VDOT or their representatives have the right to attend any training sessions and to make recordings TS-01 Requirement #8-5 and copies of all training program materials for their use. The Contractor shall obtain releases from all employees/Subcontractors to allow unlimited, royalty free use and copies of PII TS-01 Requirement #8-6 compliant recordings and provide the same to VDOT upon request.

Page 57 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Contractor shall perform all scheduling activities and shall make every attempt necessary to accommodate the maximum TS-01 Requirement #8-7 number of persons for each training session given scheduling conflicts. Contractor shall provide sufficient notice to allow participants a reasonable lead time.

The Contractor shall notify VDOT of the dates or range of dates it would like to hold a training session at the VDOT offices and TS-01 Requirement #8-8 shall coordinate with the VDOT Information Technology (IT) office and Administrative Services staff to arrange the proper classroom setting and computer Hardware and Software are installed and the space configured for each training session.

TS-01 Requirement #8-9 The Contractor shall train and provide all personnel for the following courses. 8.1. System Operation Overview Course TS-01 Requirement #8.1-1 The Contractor shall develop a course titled “System Operation Overview”. The Contractor shall develop and furnish Training Materials for this System Operation Overview course, where such materials include but are not limited to: a) An Instructor Guide (see section 5.6.1 above) TS-01 Requirement #8.1-2 b) Training Aids (see section 5.6.2 above) consisting of both classroom material and material for self-study refresher use

c) Student Workbooks (see section 5.6.3 above) d) System Manuals (section 5.5 above) The Contractor shall deliver two (2) sessions of this System Operation Overview course at the Department’s facilities with a class TS-01 Requirement #8.1-3 size per session of up to five (5) people. This System Operation Overview course shall provide training that results in a general understanding of all aspects of the operation TS-01 Requirement #8.1-4 of the Toll System. TS-01 Requirement #8.1-5 This System Operation Overview course shall consist of a minimum of sixteen (16) hours of training per session. This System Operation Overview course’s intended audience includes senior management and other Department personnel with TS-01 Requirement #8.1-6 procurement, information technology, marketing and public information responsibilities. 8.2. System Audit Course TS-01 Requirement #8.2-1 The Contractor shall develop a course titled “System Audit”. The Contractor shall develop and furnish Training Materials for the System Audit course, where such materials include but are not limited to: a) An Instructor Guide (see section 5.6.1 above) TS-01 Requirement #8.2-2 b) Training Aids (see section 5.6.2 above) consisting of both classroom material and material for self-study refresher use

c) Student Workbooks (see section 5.6.3 above) d) System Manuals (section 5.5 above) The Contractor shall deliver two (2) sessions of this System Audit course at the Department’s facilities with a class size per session TS-01 Requirement #8.2-3 of up to five (5) people. This System Audit course shall provide training in all aspects of the Toll System audit functions and tools, particularly those related TS-01 Requirement #8.2-4 to financial accounting, reconciliation and management. TS-01 Requirement #8.2-5 This System Audit course shall consist of a minimum of twenty-four (24) hours of training per session. TS-01 Requirement #8.2-6 This System Audit course’s intended audience includes the Department’s financial management and auditing staff. 8.3. System User Course

Page 58 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* TS-01 Requirement #8.3-1 The Contractor shall develop a course titled “System User”. The Contractor shall develop and furnish Training Materials for this System User course, where such materials include but are not limited to: a) An Instructor Guide (see section 5.6.1 above) TS-01 Requirement #8.3-2 b) Training Aids (see section 5.6.2 above) consisting of both classroom material and material for self-study refresher use

c) Student Workbooks (see section 5.6.3 above) d) System Manuals (section 5.5 above) The Contractor shall deliver two (2) sessions of this System User course at the Department’s facilities with a class size per session TS-01 Requirement #8.3-3 of up to ten (10) people. This System User course shall provide detailed training in how to use the Toll System to: a) Monitor the Toll System’s operation

b) Access information and reports from the system on items such as status, alarms, performance, transactions and revenue

TS-01 Requirement #8.3-4 c) Monitor the Toll System processes for assembling, storing and forwarding transactions and violations to VDOT’s E‑ZPass CSC d) Monitor the resolution of motorist disputes where the Contractor is assisting VDOT’s E‑ZPass CSC e) Monitor the Toll System interfaces to the VDOT Advanced Traffic Management System and associated Toll System processes This System User course shall provide detailed training in how to use the Toll System to provide the operations services described in the TS-02 document including but not limited to: TS-01 Requirement #8.3-5 a) Transaction Processing b) Toll rate determination c) Supporting the VDOT E-ZPass CSC in resolving customer disputes This System User course shall address both typical Toll System operation and operation of the Toll System in degraded mode; TS-01 Requirement #8.3-6 operation of the Toll System in atypical traffic scenarios including traffic related incidents; and operation of the Toll System in atypical weather conditions. TS-01 Requirement #8.3-7 This System User course shall consist of a minimum of twenty-four (24) hours of training per session. This System User course’s intended audience includes the Department’s project management and information technology TS-01 Requirement #8.3-8 personnel. 8.4. System Administrator Course TS-01 Requirement #8.4-1 The Contractor shall develop a course titled “System Administrator”. The Contractor shall develop and furnish Training Materials for this System Administrator course, where such materials include but are not limited to: a) An Instructor Guide (see section 5.6.1 above) TS-01 Requirement #8.4-2 b) Training Aids (see section 5.6.2 above) consisting of both classroom material and material for self-study refresher use

c) Student Workbooks (see section 5.6.3 above) d) System Manuals (section 5.5 above)

Page 59 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Contractor shall deliver two (2) sessions of this System Administrator course at the Department’s facilities with a class size per TS-01 Requirement #8.4-3 session of up to five (5) people. This System Administrator course shall provide detailed training in the monitoring, management, troubleshooting and administration TS-01 Requirement #8.4-4 of the Software, database, applications, configurations and other Software aspects of the Toll System TS-01 Requirement #8.4-5 This System Administrator course shall consist of a minimum of sixteen (16) hours of training per session. This System Administrator course’s intended audience includes the Department’s staff who will oversee the Contractor in the TS-01 Requirement #8.4-6 monitoring and management of the Toll System operations. 8.5. System Maintenance Course A Toll System Maintenance course is not required. 9. System Operations Requirements for Contractor Operation of the Toll System are described in the TS-02 document. 10. System Maintenance Requirements for Contractor Maintenance of the Toll System are described in the TS-02 document. 11. Engineer of Record As part of their Proposal, the Offeror shall identify the individual(s) proposed as EOR. The Offeror shall provide a resume or similar background document in their Proposal describing the structural, electrical and other applicable engineering education, experience and credentials for each such individual. The Offeror shall provide a copy of the Professional Engineering license issued by the Commonwealth of Virginia for each such individual as part of their Proposal. The Contractor shall provide and be responsible for a Professional Engineer(s) authorized to practice engineering in accordance with the laws of the Commonwealth of Virginia and having discipline-specific expertise in electrical, environmental, structural and traffic engineering. Said Professional Engineer(s) shall be the EOR for all engineering work under this Contract including but not limited to: a) All electrical power assessment, design and field oversight work TS-01 Requirement #11-1 b) All communications assessment, design and field oversight work c) All Equipment mounting assessment, design and field oversight work d) All assessment, design and field oversight work related to MOT during installation and testing of any element of the Toll System e) All assessment, abatement design and field oversight work related to hazardous materials in the work areas TS-01 Requirement #11-2 Any change of such EOR shall be subject to the Department’s Approval. The Contractor shall provide and be responsible for a Professional Engineer(s) authorized to practice engineering in accordance with the laws of the Commonwealth of Virginia and having discipline-specific expertise in traffic engineering and traffic modeling. TS-01 Requirement #11-3 Said Professional Engineer(s) shall be the EOR for all traffic modeling work under this Contract including but not limited to the work described in Tolling Specification #04. 11.1. Health and Safety Plan The EOR shall develop and provide a comprehensive Health and Safety Plan document. The Health and Safety Plan shall fully describe all steps and procedures to be instituted by the Contractor to ensure personal safety TS-01 Requirement #11.1-1 and shall encompass applicable OSHA, NEC, NFPA, Commonwealth of Virginia standards as well as training in their practical application.

Page 60 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* TS-01 Requirement #11.1-2 The EOR shall notify the Department immediately when conditions affecting the Health and Safety Plan document change.

TS-01 Requirement #11.1-3 The EOR shall provide an updated Health and Safety Plan document within two (2) weeks of such change in conditions.

11.2. Field Surveys The Contractor shall request authorization from the Department for each field survey and said authorization will not be TS-01 Requirement #11.2-1 unreasonably withheld. TS-01 Requirement #11.2-2 Upon receiving authorization for a field survey, the Contractor shall have the EOR shall oversee each field survey. 11.3. Infrastructure Documentation

The Offeror shall include in their Proposal a summary of no more than one page-side, describing their approach to developing and updating infrastructure documentation and how this approach will address the Requirements below. This description shall include all document approval and control procedures and shall address the review cycles and impact on schedule.

11.3.1. Detailed Design Calculations The Contractor shall have the EOR prepare and approve all calculations required to assess the installation of the Toll System TS-01 Requirement #11.3.1-1 (hereafter Detailed Design Calculations). The EOR shall prepare and update Detailed Design Calculations including but not limited to analysis: • Proving that all Toll System elements mounted to the gantry: o Do not exceed the safe design limits of the gantry o Remain sufficiently secured o Accommodate the dynamic response characteristics of the gantry design when mounted according to the Detailed TS-01 Requirement #11.3.1-2 Design Drawings • Proving that all Toll System elements comply with their manufacturer’s storage and operating climate specifications when installed in their respective Enclosure • Of Conduit ratings, applications and fill percentages • Of Cabling ratings and application The Contractor shall furnish all Detailed Design Calculations in electronic form consisting of source files in .DOCX (compatible TS-01 Requirement #11.3.1-3 with Microsoft Word 2010) or .XLSX (compatible with Microsoft Excel 2010). The Contractor shall furnish all Detailed Design Calculations in electronic form consisting of a copy of each source file above after TS-01 Requirement #11.3.1-4 conversion to .PDF format for printing on 8.5” by 11” paper. Requirements for the EOR to sign and emboss copies of the Detailed Design Calculations are described in sections 4.2.7 and 4.2.11 above. Additional Requirements for Detailed Design Calculations are specified in the TS-03 document and in the Tolling Specifications document specific to a subsystem (e.g. TS-04, TS-05, TP-06 or TP‑07). 11.3.2. Detailed Design Specifications The Contractor shall have the EOR prepare and approve all specifications for the installation of all Toll System elements (hereafter TS-01 Requirement #11.3.2-1 Detailed Design Specifications). Detailed Design Specifications shall contain all specifications required to procure, assemble, integrate and validate all Toll System TS-01 Requirement #11.3.2-2 elements (hereafter Detailed Design Specifications). The Contractor shall furnish all Detailed Design Specifications in electronic form consisting of source files in .DOCX (compatible TS-01 Requirement #11.3.2-3 with Microsoft Word 2010) or .XLSX (compatible with Microsoft Excel 2010).

Page 61 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Contractor shall furnish all Detailed Design Specifications in electronic form consisting of a copy of each source file above after TS-01 Requirement #11.3.2-4 conversion to .PDF format for printing on 8.5” by 11” paper. Requirements for the EOR to sign and emboss copies of the Detailed Design Specifications are described in sections 4.2.7 and 4.2.11 above. Additional Requirements for Detailed Design Specifications are specified in the TS-03 document and in the Tolling Specifications document specific to a subsystem (e.g. TS-04, TS-05, TP-06 or TP‑07). 11.3.3. Detailed Design Drawings TS-01 Requirement #11.3.3-1 The Contractor shall have the EOR prepare and approve all Detailed Design Drawings. The EOR shall prepare and update Detailed Design Drawings including but not limited to: • Plans showing the locations of all Toll System elements (furnished by the Contractor), element layout, physical dimensions and tolerances • Demarcation points and adjoining items furnished by others • One line diagrams • System block diagrams • All Panel Board Hardware and installation • Panel Board schedules TS-01 Requirement #11.3.3-2 • Equipment, installation and mounting details • Enclosures, installation and mounting details • Interior layouts of Enclosures • All Conduit routings, pull box, junction box, other Enclosure, Mounting Hardware and elevations showing details of installation work • Cabling types and sizes • Point to point field wiring diagrams • Schematics of circuits and interconnect wiring diagrams • Other drawings as may be required by the Contractor’s design The Detailed Design Drawings shall catalog and cross-reference the entire Toll System to the exact location of the element, TS-01 Requirement #11.3.3-3 assembly, subassembly or part in the Toll System. TS-01 Requirement #11.3.3-4 The Detailed Design Drawings shall call for the Contractor to purchase new, furnish and install all Toll System elements. The Detailed Design Drawings shall identify element designations, part numbers and two (2) sources of supply for all field TS-01 Requirement #11.3.3-5 replaceable elements of the Toll System.

The EOR shall provide the following with all Detailed Design Drawings showing any Equipment that is not readily available to the Department as a Commercial off the Shelf item or not readily available to the Department independently from a second source:

• Detailed narratives of the manufacturing, assembly, test and troubleshooting processes and all supporting drawings for said TS-01 Requirement #11.3.3-6 item • A perpetual royalty free license for the Department to use, copy, modify and copy said modifications of said narratives and drawings and have others do the same for the Department’s benefit • A perpetual royalty free license for the Department to repair, construct, modify and use each said item or to have others do the same for the Department’s benefit

Page 62 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

All Detailed Design Drawings and all Shop Drawings shall call out and describe the positive mechanical means of preventing slippage TS-01 Requirement #11.3.3-7 or other movement of all Toll System elements and said means shall be subject to the Department’s Approval.

The Detailed Design Drawings shall call for the Contractor to furnish and install new Toll System elements and expressly prohibit TS-01 Requirement #11.3.3-8 re-use. The Detailed Design Drawings shall describe and specify all temporary lighting used for on-site installation, tuning, testing and TS-01 Requirement #11.3.3-9 Maintenance of the Toll System. The Detailed Design Drawings shall describe and specify all MOT Equipment, personnel, Equipment, supplies and other materials TS-01 Requirement #11.3.3-10 used during on‑site installation, tuning, testing and Maintenance of the Toll System. Contractor shall have the EOR prepare and approve specifications and drawings such that they do not contain conflicting TS-01 Requirement #11.3.3-11 information. In the event conflicting information is found, the Requirements shown on Detailed Design Drawings shall supersede the Requirements contained in the Detailed Design Specifications. TS-01 Requirement #11.3.3-12 The Contractor shall furnish Detailed Design Drawings is electronic format compliant with the VDOT CADD Manual. TS-01 Requirement #11.3.3-13 The Contractor shall furnish all Detailed Design Drawings in electronic form consisting of source files in .DGN format. The Contractor shall furnish all Detailed Design Drawings in electronic form consisting of a copy of each source file above after TS-01 Requirement #11.3.3-14 conversion to .PDF format for printing on 34” by 44” paper. The Contractor shall furnish all Detailed Design Drawings in electronic form consisting of a copy of each source file above after TS-01 Requirement #11.3.3-15 conversion to .PDF format for printing on 11” x 17” paper. The Contractor shall provide the following in electronic format with each submittal of Detailed Design Drawings: TS-01 Requirement #11.3.3-16 a) A list that cross-references the CAD file names to the actual drawing numbers b) A list mapping the various colors used to their corresponding plotted line-weights and line-types Requirements for the EOR to sign and emboss copies of the Detailed Design Drawings are described in sections 4.2.7 and 4.2.11 above. Additional Requirements for Detailed Design Drawings are specified in the TS-03 document and in the Tolling Specifications document specific to a subsystem (e.g. TS-04, TS-05, TP-06 or TP‑07). 11.3.4. Shop Drawings

The Contractor shall have the EOR prepare all assembly drawings, catalog cuts, samples, other drawings, means and methods of installation, and other materials to describe the proposed configuration of materials and Equipment to be furnished and installed by TS-01 Requirement #11.3.4-1 the Contractor as the EOR may deem necessary to supplement the Detailed Design Drawings and Detailed Design Specifications. These documents and drawings shall hereafter be collectively referred to as Shop Drawings.

The Shop Drawings shall describe and detail all: • System elements • Electrical interfaces TS-01 Requirement #11.3.4-2 • Communications Cabling • Communications interface devices • Communications protocols, connectors and ports • UPS subsystem • Batteries • Power supplies

Page 63 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* • Transformers • Power Cabling • Conduit • Enclosures and boxes • Manholes and hand holes • Panel boards and circuit breakers • Outlets • Switches, pushbuttons and relays • Indicators and signaling devices • Terminal blocks • Equipment mountings, brackets and fasteners The Shop Drawings shall include but are not limited to: • Exterior and interior layouts of all Equipment cabinets, including a complete list of all items contained therein TS-01 Requirement #11.3.4-3 • Wiring diagrams for all Equipment, including point-to-point wiring diagrams indicating the wiring to be performed at the factory and in the field • Equipment interconnection diagrams All Shop Drawings shall call out and describe the positive mechanical means of preventing slippage or other movement of all Toll TS-01 Requirement #11.3.4-4 System elements and said means shall be Approved by the EOR prior to any installation work. Shop Drawings which are inconsistent with the Requirements of the accepted Detailed Design Drawings or Detailed Design Specifications shall not be deemed to waive or change such Requirements or to relieve the Contractor of his obligations to perform TS-01 Requirement #11.3.4-5 to such Requirements unless the Department expressly and specifically states that the Department is waiving or changing such Requirements. Such statement shall be effective only if in a writing separate from the approval and identifying the specific Requirements to be waived or changed. The Contractor assumes the risk that if such Shop Drawing is not equivalent to that shown or specified in the Detailed Design Drawings and Detailed Design Specifications and if at any time any Shop Drawing shall not appear to be so equal, the Contractor TS-01 Requirement #11.3.4-6 shall replace work installed under such Shop Drawing at the Contractor’s own expense and reimburse the Department for any loss occurring on account of the work failing to be so equal, notwithstanding that the Shop Drawing had been previously approved for use. Contractor shall have the EOR prepare and approve drawings such that they do not contain conflicting information. In the event TS-01 Requirement #11.3.4-7 conflicting information is found, the Requirements shown on Detailed Design Drawings or contained in Detailed Design Specifications shall supersede the Requirements shown on Shop Drawings. The Contractor shall submit all Shop Drawings in electronic form in .PDF format and the Contractor may adopt a sheet of any size TS-01 Requirement #11.3.4-8 which best suits the Contractor’s needs and is acceptable to the Department, but having adopted such size acceptable to the Department, all sheets of a similar nature shall be the same size.

Requirements for the EOR to sign and emboss copies of the Shop Drawings are described in sections 4.2.7 and 4.2.11 above.

Additional Requirements for Shop Drawings are specified in the TS-03 document and in the Tolling Specifications document specific to a subsystem (e.g. TS-04, TS-05, TP-06 or TP-07). 11.4. Maintenance of Traffic

Page 64 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Contractor shall have the EOR prepare all drawings for MOT as part of the Detailed Design Drawings (described in section TS-01 Requirement #11.4-1 11.4.3 above). The Contractor shall submit to the Department for review and Approval a Transportation Management Plan (TMP) in accordance TS-01 Requirement #11.4-2 with VDOT’s Instructional and Informational Memorandum IIM-LD-241.6 – Work Zone Safety and Mobility (see TS-03, APPENDIX D).

Requirements for the EOR to sign and emboss copies of the MOT Drawings are described in section 4.2.7 and 4.2.11 above.

Additional MOT Requirements are detailed for system testing in section 7 above and in the TS-03 document. 12. Extra Work Any Extra Work authorized by the Department and performed by the Contractor under this Contract shall be managed by the TS-01 Requirement #12-1 Contractor to comply with all Requirements described in sections 1 through 11 above. Extra Work is defined in the Contract and further described in Tolling Specification #02.

Page 65 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* TS-02 OPERATIONS AND MAINTENANCE WORK – FUNCTIONAL REQUIREMENTS This Tolling Specification document (TS-02) describes the Contractor’s Operations and Maintenance responsibilities. 3. Single Point of Contact The Operations Manager (as described in TS-01) shall be responsible for all Operations and Maintenance services furnished under TS-02 Requirement #3-1 this Contract after Revenue Service Acceptance Test commences. The Operations Manager shall serve as the Department’s point of contact for all communications between the Department and the TS-02 Requirement #3-2 Contractor after the Department fully releases the Performance Bond. 4. Quality Management The Contractor shall perform all Operations and Maintenance work under this Contract in compliance with the Quality section of TS-02 Requirement #4-1 the Management Plan (described in TS-01). Any procurement, manufacturing, fabrication, assembly, development, integration, and test work associated with these activities shall TS-02 Requirement #4-2 be controlled completely by the Contractor according to the Quality section of the Management Plan. TS-02 Requirement #4-3 The Contractor shall make objective evidence of quality conformance readily available to the Department upon request. The Contractor shall provide tools, resources and other items necessary at each of the ORT Zone Subsystems locations and the TS-02 Requirement #4-4 Host Subsystem locations to assist the Department’s periodic and ad hoc audits of Toll System performance, Contractor work and reported revenue. 5. Security The Contractor shall furnish all Operations and Maintenance services under this Contract in compliance with the Security section of TS-02 Requirement #5-1 the Management Plan (described in TS-01). User access security measures in place at the successful completion of Project Acceptance Test shall remain in operation and any TS-02 Requirement #5-2 changes of any kind shall be subject to the Department’s Approval. TS-02 Requirement #5-3 The Contractor shall not circumvent any Toll System security approved by the Department. The Contractor shall conduct comprehensive security audits on both a scheduled and ad hoc basis. The Contractor shall report no less often than every twelve (12) months regarding the results of these audits and its status with regards to complying with the TS-02 Requirement #5-4 Statement on Standards for Attestation Engagements (SSAE) No. 16 and the International Standards for Assurance Engagements (ISAE) No. 3402. The Department reserves the right to conduct additional security audits at any time at the Department’s own expense. The Contractor shall ensure that all security Requirements specified in the security section of the Management Plan and elsewhere TS-02 Requirement #5-5 in the Contract are adhered to by all people on the Contractor’s team. 6. Confidentiality As part of the Contractor’s Maintenance responsibilities, the Contractor shall ensure that all confidentiality Requirements specified in the Contract are adhered to by all people on the Contractor’s team. 7. Operations Work Primary focuses of the ORT Zone Subsystem Requirements in the TS-05 document include properly detecting every motor vehicle passing under a tolling gantry and gathering sufficient information at each such gantry location to allow proper transaction processing and pricing. Primary focuses of the Host Subsystem Requirements in the TS-04 document include gathering this ORT Zone data, and other roadway and traffic data, to automatically: • Evaluate traffic attributes based on Toll System data and data from other sources

Page 66 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* • Adjust toll rates to achieve and maintain specified traffic attributes and log these prices in an electronic file (i.e. a “Toll Rate Table”) · Transmit a series of requested messages, including but not limited to toll price information, to VDOT’s ATMS to be displayed on each pricing sign. Review Automatic License Plate Recognition (ALPR) data (described in TS-05) • Build a single transaction for each vehicle’s passage on Project and attribute all vehicle crossings at each of the ORT Zones, all E-ZPass transponder data and all Toll System camera images to such transactions

• The ATMS will send the text of the message on each pricing sign each time the message changes “Look back” at actual travel times between each Pricing Confirmation Sign and its associated first downstream gantry and use the Sign Log data to price each such motorist’s transaction at the lowest price they would have reasonably seen before entering Project

• Store and report all priced transactions • Transmit priced transactions to the VDOT E-ZPass Customer Service Center (CSC) in various ways depending on the Transaction Record type (e.g. toll transaction, HOV transaction, violation transaction) The following describes the Contractor’s responsibilities to supplement the performance of these various systems and automation whether furnished by the Contractor or otherwise. The Offeror shall include in their Proposal a detailed description of their understanding of the Contractor’s work during normal Toll System operation including but not limited to: • Work described in sections 7.3 through 7.7 below • Resulting work product accuracy, completeness and delivery times for this work product plus the management activities, levels of staffing, facilities and automation anticipated to achieve these • Required Key Performance Indicators (KPI) and price adjustments related to this work Using the same categories, the Offeror shall include in their Proposal a detailed description of their understanding of the Contractor’s work and responsibilities when the Toll System is not operating normally. Using the same categories, the Offeror shall include in their Proposal a detailed description of their understanding of the Contractor’s work and responsibilities when other tolling related elements (e.g. traffic sensors, VDOT’s ATMS, VDOT’s Wide Area Network (WAN), VDOT’s E-ZPass CSC) are operating normally and when they are not. 7.1 Staffing Other than for meetings, the Department does not require Contractor personnel on-site for operations related work. The Contractor shall employ personnel with the skill set and experience required to effectively carry out the Operations described TS-02 Requirement #7.1-1 in sections 7.3 through 7.7 below. The Contractor shall employ personnel with the skill set and experience required to effectively monitor and report on the TS-02 Requirement #7.1-2 Requirements described in sections 7.3 through 7.7 below. Maintenance related staffing Requirements are separately detailed in section 9.1 below. 7.2 Management The Contractor shall prepare and submit an updated Operations report to the Department weekly. Each such updated report shall TS-02 Requirement #7.2-1 provide a complete outline of all tasks and activities described in sections 7.3 through 7.7 below.

The Contractor shall attend, coordinate or conduct weekly Operations-related meetings. Said meetings shall be conducted at the Department’s facility or a mutually agreeable alternative location. The purpose of these meetings shall include but is not limited to: TS-02 Requirement #7.2-2 • Track the status of the work activities

Page 67 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* • Review all issues identified, their severity, their prioritization and the schedule for each issue’s correction, validation and release to production • Review the Contractor’s performance to the contracted service level metrics • Review Contractor’s invoices for services provided • Resolve disputes At the sole discretion of the Department, the frequency of these meetings may be adjusted. The Contractor shall participate in all other meetings scheduled by the Department as necessary for resolution of Operations TS-02 Requirement #7.2-3 services issues and concerns. 7.3 Evaluate Traffic As detailed in the TS-04 document, the Toll System will monitor and evaluate traffic attributes using data it gathers from its own sensors (if the Contractor chooses to implement additional sensors to contribute to evaluating traffic) and traffic sensors installed by others. These attributes include but are not limited to: • Express Lanes travel speed • Express Lanes traffic density • Travel time between each Confirmation Pricing Sign and its corresponding first ORT Zone TS-02 Requirement #7.3-1 The Contractor shall log in the Toll System, all traffic evaluation related activities and actions. The Contractor shall provide all labor and contract services necessary to gather, monitor and evaluate traffic data in a manner that allows the timely and full performance of work that includes but is not limited to: • All dynamic pricing work described in section 7.4 below • All toll rate display work described in section 7.5 below • All transaction processing work described in section 7.6 below • All assistance work described in section 7.7 below TS-02 Requirement #7.3-2 Such monitoring and evaluation shall include but is not limited to regularly obtaining, storing and assessing the status of the traffic sensor Equipment; comprehensively and continuously checking the reasonableness of all data produced by these sensors; reporting all such checks, whether successful or failed; determining the appropriate adjustments to all Toll System Operations and all Contractor work that relies on data produced by these sensors; and applying all such adjustments prior to transmitting the associated Transaction Records to the VDOT E-ZPass CSC. The Contractor is responsible for meeting this requirement in all circumstances regardless of the current status of the Toll System, the VDOT WAN or the traffic sensors. Such traffic data shall consist of all Toll System data and data from each traffic sensor including but not limited to Express Lanes TS-02 Requirement #7.3-3 travel speed, Express Lanes traffic density, and travel time between each Confirmation Pricing Sign and its corresponding first ORT Zone. The Contractor shall furnish all labor and services necessary to compile and store such traffic data in the Toll System within four (4) TS-02 Requirement #7.3-4 hours of the Toll System being restored to service. Such storage shall be complete and equivalent to that of the traffic data automatically stored by the Toll System. Toll System Maintenance and repair responsibilities are detailed in section 9 below. Key Performance Indicators and price adjustments related to this work, are detailed in section 15 below. 7.4 Dynamic Price

Page 68 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* As detailed in the TS-04 document, the Toll System will calculate and create Toll Rate Tables prior to and throughout each tolling period. The Toll Rate Table contains toll rates for each of the possible transactions in each tolled direction, where each price was set by the Toll System to achieve specified: • Express Lanes travel speed • Express Lanes traffic density TS-02 Requirement #7.4-1 The Contractor shall log in the Toll System, all dynamic pricing related activities and actions. The Contractor shall provide all labor and contract services necessary to produce and distribute Toll Rate Tables in a manner that allows the timely and full performance of work that includes but is not limited to: • All toll rate display work described in section 7.5 below TS-02 Requirement #7.4-2 • All transaction processing work described in section 7.6 below • All assistance work described in section 7.7 below The Contractor is responsible for meeting this requirement in all circumstances regardless of the current status of the Toll System, the VDOT WAN or the traffic sensors. The Contractor shall furnish all labor and services necessary to compile and store such Toll Rate Tables in the Toll System within four (4) hours of the Toll System being restored to service. Such storage shall be complete and equivalent to that of the Toll Rate TS-02 Requirement #7.4-3 Tables automatically produced by the Toll System, so as not to impact the work of supporting VDOT and 3rd parties described in section 7.7 below. Key Performance Indicators and price adjustments related to this work, are detailed in section 15 below. 7.5 Display Toll Rates As detailed in the TS-04 document, the Toll System will create a “script” for each Toll Rate Table, where each such script specifies the time at which the various toll rates from the table are to be sequenced onto the various pricing signs. This sequencing is created by the Toll System so that every motorist passing under a toll gantry in a specific ORT Zone, at the same time, saw information on a Confirmation Pricing Sign from the same version of the Toll Rate Table, regardless of which route they took to reach the gantry. TS-02 Requirement #7.5-1 The Contractor shall log in the Toll System, all activities and actions related to the display of toll rates.

The Contractor shall provide all labor and contract services necessary to ensure that toll rate display scripts continue to be TS-02 Requirement #7.5-2 produced in a timely manner whenever the toll system is operating normally; the Toll System is operating in any degraded mode; the Toll System becomes unavailable; a traffic sensor(s) becomes unavailable; or any combination of these circumstances.

The Contractor shall provide all labor and contract services necessary to store and distribute such toll rate display scripts in a manner that allows the timely and full performance of work that includes but is not limited to: • All transaction processing work described in section 7.6 below TS-02 Requirement #7.5-3 • All assistance work described in section 7.7 below The Contractor is responsible for meeting this requirement in all circumstances regardless of the current status of the Toll System, the VDOT WAN or the traffic sensors. The Contractor shall furnish all labor and services necessary to compile and store such toll rate display scripts in the Toll System TS-02 Requirement #7.5-4 within four (4) hours of the Toll System being restored to service. Such storage shall be complete and equivalent to that of the Toll Rate Tables automatically produced by the Toll System. Key Performance Indicators and price adjustments related to this work, are detailed in section 15 below. 7.6 Process Transactions

Page 69 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Toll System will process transactions as detailed in the TS-04 document. TS-02 Requirement #7.6-1 The Contractor shall log in the Toll System, all transaction processing related activities and actions. The Contractor shall provide all labor and contract services necessary to ensure that all transaction processing work continues in a timely manner. The Contractor is responsible for meeting this requirement in all circumstances regardless of the current status of TS-02 Requirement #7.6-2 the Toll System, the VDOT Wide Area Network or the traffic sensors. Such transaction processing work includes but is not limited to transaction construction and pricing.

The Contractor shall provide all labor and contract services necessary to compile, store and transmit processed transactions to the TS-02 Requirement #7.6-3 VDOT CSC (as Transaction Records in a terminal status) in a timely manner. The Contractor is responsible for meeting this requirement in all circumstances regardless of the current status of the Toll System, the VDOT WAN or the traffic sensors.

Key Performance Indicators and price adjustments related to this work, are detailed in section 15 below. 7.7 Assist VDOT and Third Parties

VDOT may require the Contractor to provide more extensive tolling Operations assistance to entities including but not limited to:

• VDOT ATMS • VDOT E-ZPass CSC • VDOT Violation Processing Center • Audit • Court Such support is considered Extra Work and the associated Requirements are detailed in section 13 below. 8. Replacement Parts The Contractor shall procure, ship, secure and stock sufficient quantities of part to replace any Toll System elements damaged by 3rd parties. Such damage includes: • Motor vehicle accidents TS-02 Requirement #8-1 • Vandalism The Department will reimburse the Contractor for parts used to repair Toll System elements damaged by 3rd parties as Extra Work provided such damage does not a result from gross negligence by the Contractor. The Contractor shall procure, ship, secure, stock and furnish all other replacement parts for the Toll System. The Department will not reimburse the Contractor for parts used to repair Toll System elements:

• Requiring replacement due to manufacturing defect, installation method, normal wear and the age of the component TS-02 Requirement #8-2 • Damaged as a result of the Contractor’s gross negligence including but not limited to leaving an ORT zone location without properly securing the toll Equipment shelter door and shipping parts in inappropriate packaging • Damaged by “acts of God” including but not limited to damage due to sunlight, temperature, precipitation, wind and lightning The Contractor’s responsibilities for providing a suitable inventory of replacement parts at the end of the contract are detailed within the contract terms and conditions. 9. Toll System Maintenance Work

Page 70 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

The Offeror shall include in their Proposal a summary of no more than three (3) page-sides detailing their Maintenance management methodology. This summary shall address how this methodology will be implemented within the Offeror’s firm and all subcontractors, suppliers, and/or other firms involved in this project and include a table identifying those reference projects where this same methodology was implemented and used by the Offeror and their associated subcontractors and suppliers. 9.1 Staffing The Offeror shall detail their planned staffing levels by providing job titles, number of full-time equivalent positions in each job title, normal working hours of each job title and the anticipated split of their work on-site at the Department’s facilities and remotely. Anticipated job titles include but are not limited to: • Maintenance Manager • Administrative personnel • Crew chief(s) • Field technicians • Software Maintenance personnel Services to be performed by said Maintenance personnel include monitoring of the Toll System status and alarms, as well as TS-02 Requirement #9.1-1 preventive, predictive and corrective Maintenance of the Toll System. The Contractor shall maintain the Toll System on a 24/7 basis and ensure that all Maintenance activities are accomplished in their respective specified timeframes. Said Maintenance can be a combination of direct on site work hours, remote access and on call availability. TS-02 Requirement #9.1-2 The extent to which the Contractor provides staffing on site shall be dependent on the Contractor’s needs to meet the performance Requirements of the system. For example, a Contractor may be able to meet the performance Requirements with just one Maintenance person on site and other offsite staff having remote access and occasionally traveling to the site to perform Maintenance duties. 9.2 Management The Contractor shall select, implement and utilize a well-defined methodology for managing Maintenance of the Toll System as a TS-02 Requirement #9.2-1 mission-critical system. The Contractor shall maintain all failure analysis documentation on-site and provide the information, including charts or other TS-02 Requirement #9.2-2 analysis tools and shall submit the analysis as part of its service reporting described in section 9.2.2 below. The Contractor shall establish and provide a predictive Maintenance program by which failure analysis is used to identify continuing or repetitive failures through Toll System logs including but not limited to MOMS Records. TS-02 Requirement #9.2-3 This failure analysis shall take into account specific components and subsystems. The Contractor shall then use this information to investigate and correct problems and failures that continue to occur on a particular Equipment, subsystem or component element of the Toll System.

For repeated failure of Equipment, components, Software or other System elements, the Contractor shall undertake an TS-02 Requirement #9.2-4 investigation and report the results of such investigation to the Department. Such report shall detail the anticipated failure rate and actual field results; describe research into the cause; attribute cause; and detail the required remediation.

The Contractor shall evaluate Maintenance reports and other Maintenance related data for any indication of a pervasive defect in TS-02 Requirement #9.2-5 the Toll System. The Contractor shall notify the Department of all such indications within one (1) week of each one’s respective discovery.

Page 71 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* 9.2.1. Meetings The Contractor shall schedule and conduct regular status meetings on strategic, tactical and operational issues via telephone conference calls or at a Department-selected site no less frequently than on a weekly basis with the Department and other service providers as necessary for resolution of Maintenance issues and concerns. The purpose of these meetings shall include but is not limited to: • Track the status of the work activities • Review all issues identified, tickets created, their severity, their prioritization and the schedule for each issue’s correction, TS-02 Requirement #9.2.1-1 validation and release to production • Review the Contractor’s performance to the contracted service level metrics • Review Contractor’s invoices for services provided

• Report or communicate on all availability of services and the environment directly impacting the Department’s services

• Resolve disputes At the sole discretion of the Department, the frequency of these meetings may be adjusted. The Contractor shall participate in all other meetings scheduled by the Department as necessary for resolution of Maintenance TS-02 Requirement #9.2.1-2 issues and concerns. 9.2.2. Reports and Record Keeping The Contractor shall record all Toll System Maintenance actions and activities in the Maintenance Online Management Subsystem TS-02 Requirement #9.2.2-1 (MOMS). The Contractor shall provide the Department with an inventory of all COTS Software no less frequently than once every ninety (days). This inventory shall detail: • All patches or other changes to each COTS Software element released by its respective manufacturer. TS-02 Requirement #9.2.2-2 • The date where each such patch or change was applied to the Toll System • The type and status of license for each COTS Software element including but not limited to license expiration date (if any) and the dates when manufacturer support will change or end The current version and publication date of all system manuals, the System Design Document and the complete Test Procedures TS-02 Requirement #9.2.2-3 document (each described in TS-01) shall be included with this inventory. The Contractor shall immediately notify the Department whenever an update or patch is released by the manufacturer of COTS TS-02 Requirement #9.2.2-4 Software used in the Toll System. The Contractor shall prepare and submit an updated Maintenance report to the Department weekly. Each such updated report shall provide a complete outline of all tasks and activities required for the successful Maintenance of the Toll System. At a minimum, said report shall: • Provide a complete statement of the Toll System’s status through performance measure reporting • Indicate progress made on operational, project or task issues or activities during the reporting period including but not TS-02 Requirement #9.2.2-5 limited to progress made on work to correct deficiencies, the status of activities to be undertaken in the next reporting period, activities/tasks behind schedule and identification of problems/concerns related to the services, statistics on problems encountered/resolved in the reporting period and year-to-date • Provide statistics on performance, diagnostics, reliability, Availability and Serviceability of each element of the Toll System and compare these to the Department’s Requirements for these attributes as stated in each said element’s respective Tolling Specification document.

Page 72 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Contractor shall provide the Department with and post a weekly schedule identifying personnel and times of who will be TS-02 Requirement #9.2.2-6 available on-site at the Department’s facilities and remotely for Maintenance activities. The schedule shall also identify the personnel and times of who is available for on-call Maintenance activities. The Contractor shall immediately provide the Department with any updates of this schedule, the active personnel list and their TS-02 Requirement #9.2.2-7 contact information. The Contractor shall retain all proof of purchase and payment in the form of dated invoice, shipping bills and payment receipts and TS-02 Requirement #9.2.2-8 furnish copies of same to the Department upon request. Other Contractor responsibilities related to Software licensing, patches and changes are described in section 9.4 below. 9.2.3. Configuration and Change Management After the Toll System has successfully completed Revenue Service Acceptance Test (RSAT), the Contractor shall obtain the express written approval of the Department before: • Performing any adjustment or tuning or testing task that is not described in the Maintenance Plan as a regularly scheduled TS-02 Requirement #9.2.3-1 task • Substituting any Equipment with another make, model or feature set • Upgrading or otherwise changing any Software, Middleware, or Firmware on Toll System Equipment 9.3 Corrective Maintenance The Contractor will be notified of the need for corrective Maintenance in three (3) ways: 1) MOMS Notification: Defined as an automatic electronic notification sent by the MOMS elements of the Toll System identifying a failure, fault or other Maintenance event. Said notification is an automatic alert message by email or other electronic means to the Contractor’s Maintenance personnel and other MOMS users. In addition to the Contractor notification, the alert shall be posted on Toll System screens which can be printed as a hard copy. The presence of such a MOMS notification on a Toll Collection Screen shall constitute the start of the response time for purposes of measuring the Contractor’s response time. 2) Verbal Notification: Defined as an in-person conversation with, a landline or mobile telephone conversation with or a voice mail message left for the designated Contractor representative. In all cases, the first conversation with, or notification of, the Contractor shall signify the start of the response time for purposes of measuring the Contractor’s response time.

3) Written Notification: Defined as a written description of a problem or condition, typically provided by the Department. Written notification will be faxed or emailed to the Contractor’s designated representative. The receipt of fax or receipt of email time shall signify the start of the response time for purposes of measuring the Contractor’s response time.

The Contractor shall provide all corrective Maintenance including but not limited to all work necessary to correct Toll System faults TS-02 Requirement #9.3-1 and failures affecting performance, function, availability and MTBF. TS-02 Requirement #9.3-2 The Contractor shall acknowledge, respond to and repair Toll System faults and failures. The Contractor shall log and store the time and form of notification; the time and form of acknowledgement; and the response and TS-02 Requirement #9.3-3 repair times for all corrective Maintenance using the Toll System. The Contractor shall communicate to the Department detected issues or errors (including those inferred by data events) that were TS-02 Requirement #9.3-4 generated by Equipment under the Department’s responsibility. Key Performance Indicators and price adjustments related to this work, are detailed in section 15 below. 9.4 Preventative Maintenance

Page 73 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Contractor shall periodically inspect all Toll System elements including but not limited to fans, Equipment racks, cabinets, TS-02 Requirement #9.4-1 enclosures, alignments, environmental control units, filters and batteries. TS-02 Requirement #9.4-2 The Contractor shall use diagnostic aids, instruments and other service Equipment to enhance this inspection. The Contractor shall periodically inspect all enclosures and ensure that cable access holes, and other required openings remain TS-02 Requirement #9.4-3 properly sealed. The Contractor shall perform preventive Maintenance on the Toll System Hardware, data processing units and Software. The TS-02 Requirement #9.4-4 Contractor shall make such repairs, adjustments and replacements of elements as may be necessary to maintain the Toll System in normal operating condition. The Contractor shall check computers and other data processing elements periodically in accordance with the Maintenance Plan to TS-02 Requirement #9.4-5 verify that storage space is not reaching limits, disks are not fragmented or damaged, Software being used is of latest version and patch level and data is being processed and transferred in an appropriate manner.

TS-02 Requirement #9.4-6 The Contractor shall furnish and apply all COTS Software license renewals necessary to allow normal operation of the Toll System.

The Contractor shall furnish and apply all COTS Software patches and updates to the Toll System within thirty (30) calendar days of TS-02 Requirement #9.4-7 release by the Software’s manufacturer. The Contractor shall furnish and apply all COTS Equipment Firmware patches and updates to the Toll System within thirty (30) TS-02 Requirement #9.4-8 calendar days of release by the manufacturer. The Contractor shall update Software escrow such that is always at the level to necessary to fully compile all versions and variations TS-02 Requirement #9.4-9 of the Toll System installed at the Department’s facilities. Key Performance Indicators and price adjustments related to this work, are detailed in section 15 below. 9.5 Pervasive Defect Resolution If the problem is determined by the Department to be a pervasive defect, the Contractor shall replace and repair the problem TS-02 Requirement #9.5-1 Equipment at no additional charge to the Department. 9.6 Toll System Tuning and Certification The Contractor shall be responsible for the tuning of Automatic Vehicle Identification readers by their manufacturer on the TS-02 Requirement #9.6-1 manufacturer’s recommended schedule. The Contractor shall conduct and successfully complete all Project Acceptance Test activities as described in the Test Procedures TS-02 Requirement #9.6-2 document, no less frequently than once every twelve (12) months. 9.7 Training The Contractor shall provide additional sessions of the training courses for Department personnel described in TS-01. Said courses TS-02 Requirement #9.7-1 shall be provided only when authorized by the Department and shall be performed as Extra Work. 10. Toll System Update Work The Contractor shall provide all Toll System changes necessary to continue at the contracted prices. The Contractor shall provide all Toll System changes involving Software modifications required to maintain and support the Toll TS-02 Requirement #10-1 System as a part of the normal course of business such as configuration or parameter changes. In the event that patches, updates or any other form of support for any operating system, network, database, Middleware or other COTS Software is no longer fully supported by its manufacturer, the Contractor shall immediately: • Furnish and install replacement COTS Software having similar functional capabilities, capacity and quality in the Authority’s sole determination TS-02 Requirement #10-2 • Furnish and install any Equipment and other Software related to the replacement COTS Software

Page 74 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* • Update all documentation to reflect the replacement COTS Software • Conduct all testing necessary to test the replacement COTS Software and other Toll System changes, if any, to the Department’s satisfaction The Contractor shall immediately design and test changes to the Toll System in accordance with the Test Procedures document (described in TS-01) whenever any Toll System Equipment item is no longer manufactured. The Contractor shall do the same TS-02 Requirement #10-3 whenever such item is no longer sold by an authorized distributer of the manufacturer for use at the Department’s facilities. The resulting alternate Equipment and Software shall be equal to or better than that proposed by the Contractor, at the sole determination of the Department. The Contractor shall provide all Toll System changes that maintain or improve the Contractor’s performance, costs or productivity TS-02 Requirement #10-4 in providing the Operations Work described in section 7 above. The Contractor shall provide all Toll System changes that maintain or improve the Contractor’s performance, costs or productivity TS-02 Requirement #10-5 in providing the Toll System Maintenance Work described in section 9 above 11. Documentation Update Work The Contractor shall maintain a delivery, comment and response tracking log to facilitate monitoring the progress of all document TS-02 Requirement #11-1 updates. Such tracking log shall take the form of a spreadsheet or database and clearly delineate the changed content and status thereof for all documents.

The Contractor shall furnish media prescribed by TS-01. The Department will review and comment on each document update provided by the Contractor. The Department requires a minimum of five (5) business days and a maximum of fifteen (15) business TS-02 Requirement #11-2 days to review each such updated document. The Contractor is encouraged to make partial deliveries of each such updated document to avoid creating a backlog in the Department’s review and comment process and corresponding delays.

The Contractor shall incorporate all Department comments received on updated documents. The Contractor shall provide as TS-02 Requirement #11-3 many iterations as are necessary for the Department to declare each updated document as “approved-in-principle”.

The Contractor shall update all of the following sections of the Management Plan no less frequently than every eighteen (18) months: • Quality Plan • Security Plan TS-02 Requirement #11-4 • Configuration & Change Management Plan • Test Plan • Training Plan • Disaster Recovery Plan

The Contractor shall update all of the following sections of the Management Plan no less frequently than every twelve (12) months:

• Instructor Guide TS-02 Requirement #11-5 • Training Aids • Student Workbook • Other training materials

The Contractor shall update all of the following Toll System design documents no less frequently than every twelve (12) months: TS-02 Requirement #11-6

Page 75 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* • Bill of Materials (BOM) • System Design Document (SDD) • Detailed System Test Procedures

The Contractor shall update all of the following sections of the Management Plan no less frequently than every twelve (12) months:

• System Administrator Manual TS-02 Requirement #11-7 • Supervisor Manual • User Manual • System Maintenance Manual TS-01 details the required content for the documents above. 12. Maintenance of Traffic The Contractor shall retain the services of a duly licensed and qualified Professional Engineer to design and document all lane closures and roadway closures. The Contractor shall revise and resubmit such designs and documentation as many times as are TS-02 Requirement #12-1 necessary for the Department to declare them as “approved-in-principle”. The Contractor shall then have the Professional Engineer sign and seal the design documentation as its Engineer of Record (EOR). TS-02 Requirement #12-2 The Contractor shall provide all labor, materials and Equipment for Maintenance of Traffic. Toll System activities requiring Maintenance of Traffic will typically only be allowed in the overnight hours. See TS-03 for more TS-02 Requirement #12-3 detail. Maintenance of Traffic at other hours shall be restricted to limited hours of certain week-ends, and such lane or roadway closures TS-02 Requirement #12-4 will only be approved by the Department on an exception basis. 13. Extra Work

TS-02 Requirement #13-1 The Contractor shall only provide the services below only when specifically requested to do so in writing by the Department.

As Extra Work, the Contractor shall provide more extensive tolling Operations assistance to entities including but not limited to:

• VDOT ATMS TS-02 Requirement #13-2 • VDOT E-ZPass CSC • VDOT Violation Processing Center • Audit • Court As Extra Work, the Contractor shall maintain and repair other Equipment and systems, all furnished and installed by others, including but not limited to: • Traffic cameras (CCTV) • Generators TS-02 Requirement #13-3 • Transfer switches • Panel boards • Network Equipment • Conduits, ductbanks, pull boxes, workboxes and related items TS-02 Requirement #13-4 The Contractor shall provide EOR services to support Extra Work. TS-02 Requirement #13-5 The Contractor shall provide licensed electricians to support Extra Work.

Page 76 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* All Extra Work involving Equipment installation, other than like-kind replacement, or Software work shall be performed in TS-02 Requirement #13-6 accordance with TS-01. 14. Transition of Responsibilities The Contractor shall assist the Department in transitioning the work described herein to another firm. Said assistance shall be provided only when authorized by the Department and shall be performed as Extra Work.

Page 77 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments KPI # B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* TS-02 OPERATIONS AND MAINTENANCE WORK – FUNCTIONAL REQUIREMENTS 15. KPIs and Associated Price Adjustments The Toll System shall maintain traffic density at or greater than the levels determined and defined by VDOT using traffic simulation 1- Express Lanes Traffic Density work performed by the Contractor and others during the design phase. The Toll System shall maintain Express Lanes travel speeds of 53 miles per hour (MPH) 90% of the time during Express Lanes 2 - Express Lanes Travel Speed operations (i.e. when tolls are in effect), where the measurement method is defined during the design phase using the documentation from https://www.fhwa.dot.gov/safetealu/factsheets/hov.htm and other sources. As detailed in TS-05, one and only one Vehicle Record is created for each vehicle’s passage through an ORT Zone.

For every occurrence that a Vehicle Record is not created and transmitted to the Host Subsystem within four (4) hours of a 3 - Vehicle Record Generation vehicle’s passage through the respective ORT Zone, the Contractor shall be subject to a Price Adjustment of $50 per occurrence.

For every occurrence that two or more Vehicle Records are created and transmitted to the Host Subsystem from the same ORT Zone for the same vehicle passage, the Contractor shall be subject to a Price Adjustment of $50 per occurrence. For every occurrence that a Vehicle Record is unusable due to poor license plate image quality, the Contractor shall be subject to a Price Adjustment of $2.50 per occurrence. Image quality issues include but are not limited to license plate type, camera focus, camera exposure settings, ambient lighting, 4 - Unusable Vehicle Records artificial light sources, camera lens cleanliness, vehicle type, vehicle speed and license plate mounting location. This price adjustment will be waived for a missing rear license plate, a rear license plate obstructed by a part of the vehicle to which it is attached or a rear license plate with substantial damage. 5 - Dropped E-ZPass Transponder For every occurrence that a transponder is read and recorded by the E-ZPass reader but not incorporated in a Vehicle Record, the Read Contractor shall be subject to a Price Adjustment of $20 per occurrence. The Contractor shall take measures to prevent transponder reads from being assigned to the wrong Vehicle Records, including 6 - E‑ZPass Transponder Assigned transponders from the GP lanes from being assigned to vehicles traveling in the Express Lanes. For every occurrence that a to the Incorrect Vehicle Record transponder is assigned to the incorrect Vehicle Record, the Contractor shall be subject to a Price Adjustment of $20 per occurrence. As detailed in TS-04, the final version of each Vehicle Record will be stored at both of the Host Subsystem’s physical locations within four (4) hours of the corresponding vehicle’s passage through an ORT zone. For every occurrence that a final Vehicle Record is not stored at both of the Host Subsystem’s physical locations within twenty-four (24) hours of the corresponding vehicle’s passage through an ORT Zone, the Contractor shall be subject to a Price Adjustment of 7 - Vehicle Record Storage $0.25 per Vehicle Record for the initial twenty-four (24) period and again for each subsequent weekday in which such storage is not successfully completed at both Host Subsystem locations.

This price adjustment will not be waived due to VDOT Wide Area Network outages or degradation, as the Contractor is expected to manually offload and transport Vehicle Records from the ORT Zone locations to both Host Subsystem locations in such cases.

As detailed in TS-04, Transaction Records properly incorporate Vehicle Records associated with a motorist’s travel along I-64 and only those Vehicle Records associated with said travel. For every occurrence that two or more Transaction Records are created where only one should exist, the Contractor shall be 8 - Transaction Record Generation subject to a Price Adjustment of $5 per extraneous Transaction Record. For every occurrence that a Transaction Record contains a Vehicle Record in error, the Contractor shall be subject to a Price Adjustment of $20 per extraneous Vehicle Record in each such Transaction Record.

Page 78 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments KPI # B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* As detailed in TS-04, the toll rate for each Transaction Record is based on the ORT Zone where a motorist travelled through, the location of and the toll rate posted on the associated Confirmation Pricing Signs, registry points (if applicable), and the various 9 - Transaction Pricing associated travel times. For every occurrence that a Transaction Record is not priced in accordance with the business rules developed during the design phase, the Contractor shall be subject to a Price Adjustment of $5 per occurrence. As detailed in TS-04, the final version of each priced Transaction Record will be stored at both of the Host Subsystem’s physical locations. For every occurrence that a final version of a priced Transaction Record is not stored at both of the Host Subsystem’s physical 10 - Transaction Record Storage locations within twelve (12) hours of the corresponding vehicle’s passage through the first ORT Zone of its trip, the Contractor shall be subject to a Price Adjustment of $250 per day. This price adjustment will be waived when the VDOT Wide Area Network is unavailable provided such conditions are not due to issues within the Contractor’s control. As detailed in section 9.4 above, the Contractor is obligated to monitor and apply all patches, fixes and updates released by Equipment and COTS Software manufacturers. 11 - Software Fixes and Patches Should the Contractor fail to apply any patch, fix or update within thirty (30) calendar days of release by the manufacturer, the Contractor shall be subject to a Price Adjustment of $50 per patch, fix or update for each month after the thirty (30) days until said patch, fix or update is installed. Should the Contractor fail to provide the Software inventory as required in section 9.2.2 above, the Contractor shall be subject to a 12 - Software Inventory Price Adjustment of $500 per inventory for each day of delay.

The Contractor shall meet a 99.95% Toll System availability requirement. Contractor shall be subject to a Price Adjustment of 13 - Availability $500 for every .05% below the requirement. Availability shall be measured and reported on a monthly basis by the Contractor.

100% of all Transaction Records, including but not limited to all associated license plate image review, shall be completed and in terminal status within twelve (12) hours of the vehicle passing through the first ORT Zone on its transaction. The Contractor shall be subject to a Price Adjustment of $100 for every 5% of each day’s Transaction Records not sent to the VDOT E-ZPass CSC 14 - Transaction Record within twelve (12) hours. Completion Such Price Adjustment shall be calculated and made every calendar day and in a manner that makes it applicable to the same transaction for every twenty-four (24) period that such Transaction Record remains unsent beyond the twelve (12) hours calculated above. The Contractor shall meet the ALPR Automation Rates as described in TS-05. Contractor shall be subject to a Price Adjustment of 15 - Automatic License Plate $500 for every 1.0% below the requirement. ALPR automation shall be measured and reported on a monthly basis by the Recognition (ALPR) Automation Contractor. 16 - Automatic License Plate The Contractor shall meet a 0.05% Error Rate. Contractor shall be subject to a Price Adjustment of $100 for every 0.01% above Recognition (ALPR) Accuracy the requirement. ALPR accuracy shall be measured and reported on a monthly basis by the Contractor.

Page 79 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* TS-03 HARDWARE AND INSTALLATION - FUNCTIONAL REQUIREMENTS 2. Locations Location information for the following Toll System elements is as follows: Host Subsystem locations are specified in the TS-04 document Locations of the various ORT Zone Subsystems are specified in the TS-05 document Video Audit Subsystem locations are specified in the TS-06 document Maintenance Online Management Subsystem (MOMS) locations are specified in the TS-07 document 3. Applicable Standards, Codes and Publications

All work performed by the Contractor shall conform to the latest edition of all codes, standards and specifications listed below which would be applicable if the Department were a private organization. a) American Association of State Highway Traffic Officials (AASHTO) Standard: “Specifications for Structural Support of Highway Signs, Luminaires and Traffic Signals” b) American Association of State Highway Traffic Officials (AASHTO) Standard: “Specifications Welding Code” TS-03 Requirement #3-1 c) Code of Federal Regulations (CFR), including but not limited to 1926.62-Lead d) Environmental Protection Agency (EPA) e) Federal Highway Administration (FHWA), including but not limited to the “Manual on Uniform Traffic Control Devices” f) Occupational Safety and Health Act (OSHA), all requirements, including but not limited to the Lead in Construction Standard, 29 CFR 1926.62 and 29 CFR 1910.146 All work performed by the Contractor shall conform to the 2016 edition of the “ and Bridge Specifications” of the Virginia TS-03 Requirement #3-2 Department of Transportation as referenced in Appendix B of this document. All work performed by the Contractor shall conform to the latest edition of all codes, standards and specifications listed below which would be applicable if the Department were a private organization. a) American National Standards Institute (ANSI) b) American Society for Testing and Materials (ASTM) c) Building Officials and Code Administrators, Inc. (BOCA) d) Computer and Business Equipment Manufacturers Association e) Electrical Testing Laboratories (ETL) f) Illuminating Engineers Society (IES) g) Institute of Electrical and Electronics Engineers (IEEE) TS-03 Requirement #3-3 h) Insulated Cable Engineers Association (ICEA) i) National Fire Protection Association: a. NFPA-70, also known as the National Electrical Code or NEC® b. NFPA-502: Recommended Practice on Fire Protection for Limited Access Highways, , , Elevated Roadways and Air Right Structures c. NFPA-780: Standard for Installation of Lightning Protection Systems j) National Electrical Safety Code (ANSI/IEEE C2) k) National Electrical Manufacturers Association (NEMA) l) Underwriters Laboratories, Inc. (UL) m) National Electrical Contractors Associations - National Electrical Installation Standards

Page 80 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* All work performed by the Contractor shall conform to the latest edition of all codes, standards and specifications listed below. a) Electronic Industries Association (EIA) Standards for Interfaces and Interconnection or electronics b) BICSI Telecommunications Distribution Methods Manual TS-03 Requirement #3-4 c) BICSI Information Transport Systems Installation Manual d) Tele-communications Industry Association (TIA) e) Organization for the Advancement of Structured Information Standards (OASIS)

4. Network The Department will provide an ethernet communication network linking the registry points and toll zone to the Primary Host and Secondary (back-up) Host locations. At each location, the Department will provide a Layer 2 switch with at least seven 10/100BaseT copper ports for the Contractor’s equipment. The corresponding RJ-45 jacks on the switch are hereafter called “network demarcation points”. As part of their Proposal, the Offeror shall detail and quantify the anticipated network bandwidth and latency Requirements at each toll Equipment shelter; at the Registry ORT Zone Subsystem locations; and at both facilities where the Host Subsystem will be installed. The Contractor shall design, integrate, purchase new, furnish and install all network elements attached to the Toll System side of TS-03 Requirement #4-1 each network demarcation point needed to protect, operate and maintain the Toll System in accordance with the Requirements of this Contract. All such network elements shall be part of the Toll System. 5. Power The Department will provide a breaker panel in each toll Equipment shelter; in one Equipment cabinet at each of the Registry ORT Zone Subsystem locations; and within a twenty-five foot (25’) cable length of the Host Subsystem at each of its facilities for the Contractor’s use. Each toll Equipment shelter and cabinet at the registry ORT Zone Subsystem locations will have power when turned over to the Contractor. These panels shall each serve as a power demarcation point between the Toll System and the Department’s power distribution system. The Department will operate the utility feeder system supplying power to these panels. The Department makes no guarantees as to the availability, conditioning or other quality measure of such power. Said panels provided by the Department are hereafter called “power demarcation points.” As part of their Proposal, the Offeror shall detail and quantify the anticipated Toll System power Requirements at each toll Equipment shelter; at the Registry ORT Zone Subsystem locations; and at both facilities where the Host Subsystem will be installed.

The Contractor shall design, integrate, purchase new, furnish and install all power elements attached to the Toll System side of each power demarcation point needed to protect, operate and maintain the Toll System in accordance with the Requirements of this TS-03 Requirement #5-1 Contract. All such power elements shall be part of the Toll System. VDOT will maintain the ethernet switch at the toll zone shelter and registry cabinets. The Contractor shall provide all other uninterruptible power supplies, line conditioning, protection devices and other power Equipment required for the protection, operation and Maintenance of the Toll System during: • Switch-over by others between various utilities and substations TS-03 Requirement #5-2 • At a toll zone location, emergency generator start up and switch-over by others and the period while the generator is coming up to speed (generator back up will not be provided at the registry locations) • Restoration of utility power and its being switched back in by others to supplant local generator power, if applicable

Page 81 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* • The Contractor provided elements at the toll zone location and Host locations shall provide 50% more power than the Toll System uses and provide this power at sufficient levels and quality for at least one (1) hour of normal (i.e. non-degraded) Toll System operation • The Contractor provided elements at the registry point locations shall provide 50% more power than the Toll System uses and provide this power at sufficient levels and quality for at least four (4) hours of normal (i.e. non-degraded) Toll System operation Each circuit breaker furnished and installed shall be bolt-on type. All Circuit Breakers shall have a minimum interrupt rating of TS-03 Requirement #5-3 10,000 Amps. All Equipment shall be protected against over current, over voltage, under voltage and lightning on all of their inputs and outputs. TS-03 Requirement #5-4 This requirement applies to all circuits whether routed in underground or overhead runs. Fuses shall not be used as protection devices. All protection elements shall: • Have equal performance for bipolar operation with an automatic reset feature and a minimum life of 1000 surges TS-03 Requirement #5-5 • Be UL, ETL or FM listed • Be automatic and self-restoring • Be on duty at all times TS-03 Requirement #5-6 All circuits shall be designed or selected assuming a maximum of 25 ohms to ground. Each power outlet furnished and installed by the Contractor shall be NEMA 5 20R, GFCI, 1 pole, 3 wire grounding type, rated for TS-03 Requirement #5-7 20A at 125V unless otherwise specified. Each such Power Outlet shall be wired using minimum #12AWG conductors to a 20A Circuit Breaker provided with sufficient power. 6. General Requirements The Department prefers Hardware and Software in the following categories from the manufacturers identified below: • Network Equipment: Cisco Systems • Server Hardware: No brand or model preference • Operating System: No brand or product line preference • Anti-virus Software: No brand or product line preference • Database Software: No brand or product line preference • Ad hoc report Software: (described in TS-04) All Equipment and other materials furnished by the Contractor shall be new, field proven and meet applicable ISO, IEEE and ANSI TS-03 Requirement #6-1 standards. The Contractor shall not furnish any item to the Department that has been previously used for development work, a part of a previously purchased system or any items that have been salvaged or rebuilt. All Equipment furnished by the Contractor shall have a service life of at least five (5) years after successful completion of the TS-03 Requirement #6-2 respective Revenue Service Acceptance Test (RSAT). TS-03 Requirement #6-3 All Equipment furnished by the Contractor shall be multi-sourced and readily available to the Department. Other than COTS electronic assemblies, all steel Hardware furnished by the Contractor shall be galvanized in accordance with TS-03 Requirement #6-4 Section 233 of the 2016 VDOT “Road and Bridge Specifications”. All elements of the Toll System installed and in operation shall remain undamaged and continue to provide full function, performance, reliability and availability when subjected to: TS-03 Requirement #6-5 a) Shock of 5 g for 10 ±1 millisecond in any of three mutually perpendicular axes b) Vibration of 1 g at 15 Hz in any of three mutually perpendicular axes

Page 82 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

All elements of the Toll System shall be designed for seismic forces (Fp) in accordance with the BOCA National Building Code TS-03 Requirement #6-6 section 1610. An effective "Peak Velocity-related Acceleration Coefficient" (Av) of 0.15 or greater shall be used in all calculations.

TS-03 Requirement #6-7 All applicable Toll System elements shall be Federal Communication Commission (FCC) licensed and approved. All elements of the Toll System shall not interfere with other Equipment at Department facilities including but not limited to police TS-03 Requirement #6-8 two-way radios, citizens’ band radios, other radio systems allowed or licensed by the FCC, mobile telephones, security Equipment, roadside lighting and other electrically powered items.

All elements of the Toll System shall not be susceptible to electromagnetic emissions from other Equipment operated at TS-03 Requirement #6-9 Department facilities including but not limited to police two-way radios, citizens’ band radios, other radio systems allowed or licensed by the FCC, mobile telephones, security Equipment, roadside lighting and other electrically powered items.

The Contractor shall be responsible for conducting all field surveys, license application reviews, measurements and calculations TS-03 Requirement #6-10 necessary to fully characterize the electromagnetic properties and constraints at each work site prior to the Midpoint Design Review Submittal (described in TS-01). As part of the Toll System, the Contractor shall design, test, furnish and install all items necessary for its operation within the TS-03 Requirement #6-11 electromagnetic conditions present in the Department’s facilities at the completion of RSAT.

TS-03 Requirement #6-12 All elements of the Toll System shall be properly grounded to ensure the safety of all Department staff and Contractor personnel.

7. Infrastructure and Environment The Toll System shall meet all performance, reliability and availability Requirements when exposed to the environmental factors TS-03 Requirement #7-1 detailed in this section and in sections 7.1 through 7.3 below. The Toll System shall meet all performance, reliability and availability Requirements when concurrently exposed to other TS-03 Requirement #7-2 environmental factors including but not limited to sunlight; precipitation and moisture; wind; vibration; car, truck and bus emissions; industrial exhausts; industrial cleaners; road salt; gasoline; and vehicle lubricants. If power distribution, gantries, toll Equipment shelters, roadside cabinets or any other item provided by the Department is inadequate to support the Contractor’s Toll System design, the Contractor shall: TS-03 Requirement #7-3 • Have the Engineer of Record (EOR) design any modification of this infrastructure necessary for successful operation of the Toll System and said design shall be subject to the Department’s Approval • Furnish and construct such Approved modifications 7.1 Host Subsystem Locations

The Contractor shall furnish and install computer racks and other rack Hardware to hold all Toll System elements installed inside: TS-03 Requirement #7.1-1 • Primary Host – VDOT Hampton Roads Traffic Operations Center • Secondary (back-up) Host – VDOT Bowers Hill Communication Hub All elements of the Toll System installed inside the Department host locations shall meet all performance and reliability Requirements when operated under the following conditions: TS-03 Requirement #7.1-2 a) Temperature: 32 to 120 degrees Fahrenheit b) Relative Humidity: 5% to 95% 7.2 Registry Locations

Page 83 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Department will provide one (1) roadside Equipment cabinet at each of the Registry ORT Zone Subsystem locations, intended to include: • One Automatic Vehicle Identification (AVI) reader assembly • The Registration Server assembly, as defined in TS-05 • UPS

Such Equipment cabinets, the network and power demarcation points, roadway pavement, gantry and other infrastructure elements at this location are detailed in the reference drawings provided (see TS-03 Appendix C and Attachment H of the RFP). Additional information about the network and power demarcation points is provided in sections 4 and 5 above.

The Contractor shall furnish and install racks and all other rack Hardware to hold all Toll System elements in the roadside TS-03 Requirement #7.2-1 Equipment cabinets furnished by the Department at the Registry ORT Zone Subsystem locations. All Toll System elements at the Registry ORT Zone Subsystem locations shall meet all performance and reliability Requirements when operated inside their closed/locked cabinets under the following conditions:

TS-03 Requirement #7.2-2 a) Temperature: Ambient air temperature of minus 25 to 140 degrees Fahrenheit, with and without direct sunlight

b) Relative humidity: 5% to 100% a) Salt : Salt atmosphere with 5% salinity 7.3 I-64 Express Lanes

The Department will provide a toll Equipment shelter at the Express Lane ORT Zone Subsystem location. Such toll Equipment shelters, the network and power demarcation points, roadway pavement, gantry and other infrastructure elements at this location is detailed in the reference drawings provided (see TS-03 Appendix C and Attachment H of the RFP). Additional information about the network and power demarcation points is provided in sections 4 and 5 above.

The Contractor shall furnish and install computer racks and other rack Hardware to hold all Toll System elements in the toll TS-03 Requirement 7.3-1 Equipment shelter at the ORT Zone Subsystem location.

All elements of the Toll System installed inside of the Department provided Equipment shelter at the ORT zone location shall meet all performance and reliability Requirements when operated inside their closed/locked enclosures under the following conditions: TS-03 Requirement 7.3-2 a) Temperature: 32 to 120 degrees Fahrenheit b) Relative humidity: 5% to 95% All elements of the Toll System installed outside of the Department provided Equipment shelter at this location shall meet all performance and reliability Requirements when operated under the following conditions:

TS-03 Requirement 7.3-3 a) Temperature: Ambient air temperature of minus 25 to 140 degrees Fahrenheit, with and without direct sunlight

b) Relative humidity: 5% to 100% c) Salt fog: Salt atmosphere with 5% salinity 8. Equipment As part of their Proposal, the Offeror shall provide a detailed listing of any and all non-COTS Equipment proposed and a statement on the purpose each said Equipment item.

Page 84 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Contractor shall furnish and install all Host Subsystem Equipment and all other Toll System elements at both of the Host Subsystem locations (described in TS-04) including but not limited to: TS-03 Requirement #8-1 • Enclosures, conduits, cabling and mounting Hardware (described in sections 9 through 12 below) • The Video Audit Subsystem (described in TS-06) • MOMS (described in TS-07) The Contractor shall furnish and install all ORT Zone Subsystem Equipment and all other Toll System elements at the Registry ORT Zone Subsystem locations (described in TS-05) including but not limited to: • Enclosures, conduits, cabling and mounting Hardware (described in sections 9 through 12 below) TS-03 Requirement #8-2 • The Video Audit Subsystem (described in TS-06) • MOMS (described in TS-07) • UPS The Contractor shall furnish and install all ORT Zone Subsystem Equipment and all other Toll System elements at the I-64 mainline roadway location (described in TS-05) including but not limited to: • Enclosures, conduits, cabling and mounting Hardware (described in sections 9 through 12 below) TS-03 Requirement #8-3 • The Video Audit Subsystem (described in TS-06) • MOMS (described in TS-07) • UPS All Equipment shall be selected by the Contractor such that the Department can readily obtain a sufficient quantity of new TS-03 Requirement #8-4 Equipment spare parts and can readily replace damaged Equipment and all end of-life Equipment failures at any time during the five (5) year period following successful completion of the RSAT. TS-03 Requirement #8-5 The Toll System shall consist of modular field replaceable units to allow for easy and quick Maintenance. TS-03 Requirement #8-6 All Toll System elements shall have a second source of manufacture. TS-03 Requirement #8-7 All Toll System elements performing the same function shall all be interchangeable. All Toll System elements shall use ISO standard input/output interface modules in all serial, discrete and interface boards and in all TS-03 Requirement #8-8 computers. All Toll System elements shall have at minimum two spare slots to support the addition of elements at each location where slots are TS-03 Requirement #8-9 used for all computers furnished by the Contractor. TS-03 Requirement #8-10 All Equipment furnished by the Contractor shall have grounding pads or grounding lugs.

TS-03 Requirement #8-11 All Toll System Equipment chassis, attachments and Hardware shall be fabricated from corrosion and rust resistant materials.

Other than sensors installed in pavement or mounted to a gantry, all Toll System Equipment shall be mounted in enclosures as TS-03 Requirement #8-12 defined in section 9 below. Gantry-mounted Equipment shall include lightning/surge protection on all power and signal lines. In addition, the lane controllers TS-03 Requirement #8-13 shall include surge suppression on all external power and signal lines.

TS-03 Requirement #8-14 A gantry-mounted surge protector is required for all gantry-mounted devices. Ground wire length shall be kept to a minimum.

TS-03 Requirement #8-15 Shelter-side surge protectors shall be installed for each power and signal line that feeds external Equipment. All Equipment shall automatically shut down as recommended by its respective manufacturer whenever the climate inside of its TS-03 Requirement #8-16 enclosure exceeds the temperature, humidity or other environmental parameters specified by said manufacturer.

Page 85 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* All Equipment shall automatically cause the MOMS to generate, log and transmit an alert whenever the climate inside of its TS-03 Requirement #8-17 enclosure reaches a configurable temperature, humidity or other environmental parameters threshold. Such threshold shall be configurable by Department users within the range of acceptable operating conditions. 9. Enclosures As part of their Proposal, the Offeror shall provide a detailed listing of any and all non-COTS enclosures and associated Hardware proposed and a statement on the purpose each. The Contractor shall furnish and install enclosures for all Toll System elements located outside of the toll Equipment shelters, TS-03 Requirement #9-1 outside of the buildings housing the Host Subsystem and outside of the roadside cabinets provided by the Department at the Registry ORT Zone Subsystem locations. Each enclosure outside of the toll Equipment shelters, outside of the buildings housing the Host Subsystem and outside of the roadside cabinets provided by the Department at the Registry ORT Zone Subsystem locations shall have: • Temperature and humidity monitoring sensors integrated and calibrated such that the Toll System produces the appropriate alerts and notifications for all abnormal temperature and humidity conditions TS-03 Requirement #9-2 • Tamper switches and sensors integrated such that the Toll System produces the appropriate alerts and notifications for all access All access to such enclosures shall be recorded automatically by the MOMS (described in TS-07), which shall then notify the appropriate personnel. Said notifications shall be fully defined by the Contractor during the design phase and subject to the Department’s Approval. Outside of the toll Equipment shelters at the ORT Zones and outside of the buildings housing the Host Subsystem, where the Toll System enclosed Toll System elements require ventilation, the Contractor shall furnish and install: • Aluminum NEMA 3R rated enclosures equipped with its manufacturer’s ventilation accessories and compliant with the NEMA 3R standard. TS-03 Requirement #9-3 • Aluminum NEMA 4X rated enclosures modified with its manufacturer's standard ventilation accessories so as to provide the equivalent of a NEMA 3R rated enclosure.

Such enclosures shall be constructed using unpainted sheet aluminum alloy 5052‑H32 with a minimum thickness of 0.125 inch.

Otherwise, all enclosures outside of the toll Equipment shelters at the ORT Zones and all enclosures outside of the buildings TS-03 Requirement #9-4 housing the Host Subsystem shall be aluminum, constructed using unpainted sheet aluminum alloy 5052 H32 with a minimum thickness of 0.125 inch and comply with the NEMA 4X standard. All NEMA 4X, NEMA 3R and NEMA 3R equivalent enclosures shall have a drain installed in the bottom of the box. Said drain shall TS-03 Requirement #9-5 be of a type that maintains the rating of the enclosure as specified above. Inside of the toll Equipment shelters and inside of the buildings housing the Host Subsystem, all enclosures furnished and installed by TS-03 Requirement #9-6 the Contractor shall have a NEMA 13 rating or better. Such enclosures include but are not limited to panel boards, junction boxes, work boxes and pull boxes. Each enclosure housing the Host Subsystem shall consist of one or more fully equipped computer cabinet(s) typical of a data center TS-03 Requirement #9-7 environment and shall include all necessary covers, casters, other features and accessories.

Each enclosure housing the Host Subsystem shall contain an outlet strip suitable for powering the Host Subsystem. Said outlet strip TS-03 Requirement #9-8 shall have a power cord that is twenty-five feet (25’) long and equipped with a power connector suitable for connecting the strip to a 4‑wire grounding type power outlet and rated for 20A at 120V per rack and provided by the Department.

Page 86 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* All enclosures furnished by the Contractor shall have adequate space to add 25% more elements by volume in a future expansion of TS-03 Requirement #9-9 the Toll System.

TS-03 Requirement #9-10 All racks furnished by the Contractor shall have adequate space to add 25% more elements in a future expansion of the Toll System.

Conduit (defined in section 10 below) shall only enter an enclosure through the bottom or side of the enclosure. Top conduit TS-03 Requirement #9-11 entries shall not be used. TS-03 Requirement #9-12 Conduit entering an enclosure from the side shall only enter the enclosure below the Equipment mounted within. All enclosures located outside of the toll Equipment shelters, outside of the buildings housing the Host Subsystem and outside of the TS-03 Requirement #9-13 roadside cabinets provided by the Department at the Registry ORT Zone Subsystem locations shall have moisture tight hubs for all conduit entrances. Each enclosure shall have an engraved plastic nameplate clearly showing the same unique name as used on all Detailed Design TS-03 Requirement #9-14 Drawings for said enclosure. TS-03 Requirement #9-15 Each panel board shall have a typed schedule of circuits mounted in plain sight within the panel board. Each enclosure containing any of the following shall have a machine generated schematic mounted in plain sight and showing all connections between all such items: TS-03 Requirement #9-16 • Equipment other than COTS Equipment • More than one COTS Equipment item As part of each enclosure, the Contractor shall furnish and attach inside a list of all adjustment settings made to any Equipment contained therein and copies of all associated Shop Drawings including but not limited to wiring diagrams. Said documentation shall TS-03 Requirement #9-17 be stored in a watertight plastic pouch and placed on the inside of the access door or similar appurtenance. The pouch shall not block airflow. The Contractor shall establish the keying index system for all enclosures and furnish and install locks on all enclosures as described TS-03 Requirement #9-18 below. Each enclosure furnished and installed by the Contractor shall have a locking cover to prevent unauthorized access. All said locks shall: TS-03 Requirement #9-19 • Be removable and replaceable cylinder lock types or similar as Approved by Department • Have different keys from any other enclosures furnished by the Contractor within a seventy-five (75) mile radius of Norfolk, Virginia

TS-03 Requirement #9-20 All Equipment in the same enclosure shall be furnished by the Contractor with identical locks that open with the same key number.

10. Conduit The Contractor shall furnish and install all conduit necessary to the successful protection, operation and Maintenance of the Toll TS-03 Requirement #10-1 System. All conduit furnished and installed by the Contractor shall be: • Polyethylene (PE) type SDR 11 conforming to ASTM D 3035 standards TS-03 Requirement #10-2 • High-density Polyethylene (HDPE) conforming to the Requirements of Section 238 and as amended below • Exposed conduit shall be rigid metal

Page 87 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Contractor shall make all commercially reasonable accommodations for aesthetics wherever conduits are installed in finished interior spaces or next to roadways or other outdoor spaces visible to the public. The Department reserves the right to require TS-03 Requirement #10-3 the Contractor to remove, re-design and re-install solely at its own expense any conduit installed by the Contractor that the Department considers to be aesthetically unacceptable, provided such unacceptable attribute(s) is not shown on the Detailed Design Drawings. The Contractor shall furnish and install new Toll System elements in all cases. Re-use of Equipment installed at the off-site test TS-03 Requirement #10-4 facility and material from other work is expressly prohibited.

The Contractor shall furnish and install a single type of conduit over any run. Conduit types shall not be mixed. All conduit lengths, TS-03 Requirement #10-5 couplings, bodies, and fittings over any run shall be manufactured from the same materials and of identical construction type.

Where meeting existing conduit of a different type, only conduit couplings specifically listed (by their manufacturer) for transition TS-03 Requirement #10-6 between the two conduit types shall be used. The Contractor shall furnish and install conduits in continuous un-spliced runs between enclosures/junction boxes, unless otherwise Approved by the Department. A minimum distance of ten feet (10’) shall be maintained from the edge of pavement unless TS-03 Requirement #10-7 otherwise Approved by the Department. Install conduit a minimum of thirty inches (30”) below grade, except where bedrock is encountered where an installation depth of at least eighteen inches (18”) may be permitted with the Department’s Approval. All conduit installations shall be within the right of way.

TS-03 Requirement #10-8 The Contractor shall furnish and install mule tape (pull tape) in all empty conduits furnished and installed by the Contractor.

Conduit shall terminate horizontally into pull boxes at a maximum depth of eighteen inches (18”). All conduit terminations in pull TS-03 Requirement #10-9 boxes, junction boxes, cabinets, etc. shall be sealed using a method and materials Approved by the Department.

Conduit connections to Equipment that may be subject to movement or vibration or Equipment with mounting that requires field adjustment shall be made with Liquid-Tight Flexible Steel Conduit (LSC), provided: TS-03 Requirement #10-10 • LSC shall be installed to permit maximum flexibility without crushing or permanent deformation • LSC installations shall not exceed 18 inches in length All LSC shall have a galvanized steel core with a low smoke, zero-halogen, polyurethane outer jacket. All conduit elements for power connections shall be separate and distinct from conduit elements for signal/communications TS-03 Requirement #10-11 connections. Wherever possible, conduits shall be concealed or routed to have a minimal visual impact. All conduits shall be run concealed TS-03 Requirement #10-12 behind ceiling or wall finishes where such finishes exist. 11. Cabling The Contractor shall furnish and install all cabling necessary for protection of personnel and the successful protection, operation TS-03 Requirement #11-1 and Maintenance of the Toll System. All cabling shall conform to UL Requirements and all power cabling for: TS-03 Requirement #11-2 • Indoor locations shall be type "XHHW-IT' rated for 600V • Outdoors and underground locations shall be type "RHH/RHW/USF" (triple rated) rated for 600V. Cabling for power circuits shall be made with conductors sized #12 American Wire Gauge (AWG) or larger. The minimum sized TS-03 Requirement #11-3 ground shall be #12 AWG. TS-03 Requirement #11-4 The Contractor shall provide cable tags on both ends for all power cabling.

Page 88 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* Cabling for general-purpose control and instrumentation shall be: TS-03 Requirement #11-5 • 'THWN' or better for indoor locations only • ‘THHW’ or better for outdoor or wet locations All fiber optic cabling furnished and installed by the Contractor shall contain at least 50% additional good, unused fibers at the time TS-03 Requirement #11-6 of successful completion of the RSAT. The Contractor shall furnish and install Category 6 cables so that each cable connects a network demarcation point (see section 4 TS-03 Requirement #11-7 above) to its corresponding Toll System element. The Contractor shall configure the Toll System such that it communicates with any Contractor systems and all specified third party systems via such cables. TS-03 Requirement #11-8 The Contractor shall provide cable tags on both ends for all general-purpose control and instrumentation cabling. TS-03 Requirement #11-9 The Contractor shall run all outdoor cables in conduit except where specified otherwise by the Department. TS-03 Requirement #11-10 All cabling and its connectors shall be labeled and strain relief shall be provided to protect the conductors or fiber optic fibers. All field wiring shall be terminated on screw lugs or connectors. All connectors shall be keyed or polarized to prevent incorrect TS-03 Requirement #11-11 connections. The Contractor shall dress all Equipment cables in a consistent manner and be neatly done to facilitate future Maintenance activities including as a minimum: • All cabling shall be enclosed in a cable raceway, existing conduit, inside an Equipment cabinet or under a raised floor if the location has a raised floor • Data cabling and power cabling shall be in a separate raceways or conduits (not combined in the same raceway) TS-03 Requirement #11-12 • Cabling shall not obstruct any personnel pathways around installed Equipment or create a trip hazard of any kind

• All cabling shall be installed in a neat and orderly fashion with service loops provided • All cabling shall be properly, securely terminated and all cable connectors shall be of a type that will withstand the vibration levels generated by vehicle traffic passing through the toll facility 12. Mounting Hardware All mounting Hardware shall be fabricated from corrosion and rust resistant materials. Galvanizing shall be applied as described in TS-03 Requirement #12-1 section 6 above.

All right angle beam clamps applied to vertical beams shall only be installed with a positive mechanical means of preventing their TS-03 Requirement #12-2 slippage or other movement due to shock and vibration. All straps applied to horizontal channel/unistrut shall only be installed with a positive mechanical means of preventing their slippage or other movement due to shock and vibration.

All fastening Hardware shall include shake proof (external star) lock washers properly applied. All bolts shall have lock washers and TS-03 Requirement #12-3 elastic stop nuts in addition to regular nuts. All mounting Hardware supporting Toll System Equipment shall also comply with all Requirements of the manufacturers of all Toll TS-03 Requirement #12-4 System Equipment to which it is directly or indirectly attached. The Contractor shall furnish and install all mounting Hardware required for all Equipment, enclosures, conduit and cabling as TS-03 Requirement #12-5 described in the Detailed Design Drawings. 13. Maintenance of Traffic The EOR shall design all Maintenance of Traffic (MOT) for all on-site installation, testing, tuning and Maintenance of the Toll System as detailed in TS-01.

Page 89 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Contractor shall not close roadway shoulders or lanes, in whole or in part, other than during those days and hours listed in TS-03 Requirement #13-1 Appendix A of this document. The Contractor shall request each lane and closure for initial installation, tuning and testing of the Toll System at least TS-03 Requirement #13-2 seven (7) calendar days prior. The Contractor shall request each roadway closure for initial installation, tuning and testing of the Toll System at least fourteen (14) TS-03 Requirement #13-3 calendar days prior. TS-03 Requirement #13-4 The Contractor shall provide all MOT materials, Equipment and personnel for installation, tuning and testing of the Toll System.

TS-03 Requirement #13-5 The Contractor shall perform all MOT work in accordance with the Detailed Design Drawings signed and sealed by the EOR.

The Contractor shall have the EOR oversee all set up, operation and removal of signage and other materials, Equipment and TS-03 Requirement #13-6 personnel for MOT during Toll System installation, tuning and testing. The Contractor shall comply with the work zone safety and mobility directives from the Transportation Management Plan (TMP) TS-03 Requirement #13-7 detailed in TS-01 and in accordance with Appendix D. 14. Installation The Offeror shall include copies of the electrician licenses in their Proposal. As part of their Proposal, the Offeror shall describe their lighting and power Requirements during their on-site installation, tuning and testing work and how they plan to satisfy these Requirements. The Contractor shall supply all personnel, tools, materials and Equipment required to safely perform all work at the Department’s facilities. This requirement extends to all materials and supplies required for the complete installation of each subsystem including but not limited to all: TS-03 Requirement #14-1 • Equipment and vehicles required for overhead installation work on gantries • Specialty Equipment for preparation and saw-cutting of loops as required • All testing resources, as further detailed in TS-01 Prior to installation of any Toll System Equipment item, the Contractor shall TS-03 Requirement #14-2 • Conduct a thorough test of each said item per the installation section of the Management Plan (described in TS-01) • Conduct a 72-hour burn in test of said item The Contractor shall immediately enter or update all details of each Toll System element into the MOMS immediately after installing TS-03 Requirement #14-3 such element.

All on-site work performed by the Contractor shall be sequenced as described in the installation section of the Management Plan TS-03 Requirement #14-4 (described in TS-01) and the Detailed Design Drawings, Detailed Contract Specifications and Shop Drawings (described in TS-01).

Prior to installing each unit of Toll System Equipment, the Contractor shall apply all firmware changes that were identified during TS-03 Requirement #14-5 the Installation-Ready Design Review (described in TS-01).

TS-03 Requirement #14-6 The Contractor shall perform all electrical work using electricians appropriately licensed by the Commonwealth of Virginia.

The Contractor shall validate all cabling terminations, whether furnished by the Contractor or re‑used, via a test process to ensure TS-03 Requirement #14-7 that the cabling is connected to the correct location on each end and that the cabling is properly terminated.

Page 90 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

TS-03 Requirement #14-8 The Contractor shall furnish all required grounding material and shall clean all ground connections immediately prior to connection.

The Contractor shall bond all metallic manhole frames, metallic junction boxes and other conductive items to the grounding system TS-03 Requirement #14-9 in conformance with the NEC.

The Contractor shall furnish and install a separate insulated ground conductor in all raceways that contain power conductors. TS-03 Requirement #14-10 Grounding conductor size shall be as required by all local and national codes. Minimum ground wire size shall be #12 AWG. Conduits or other raceways shall not be utilized as a ground conductor, even where permitted by local or national codes.

Before shutdown or discontinuation of service on any circuit, system or feeder, the Contractor shall coordinate the related on-site work activities with the Department to minimize shutdown periods. The Contractor shall coordinate the shutdown or TS-03 Requirement #14-11 discontinuation with the Department a minimum of two (2) weeks prior to when such shutdown or discontinuation is needed.

The Contractor shall at all times maintain the integrity of all other circuits in service that may be affected by the on-site work.

TS-03 Requirement #14-12 No construction shall occur until the Department has Approved the TMP, as detailed in TS-01. The Department will only authorize the Contractor to begin installation on-site at the Department’s facilities after successful TS-03 Requirement #14-13 completion of the Factory Acceptance Test Milestone, as detailed in TS-01. All Toll System elements shall be inspected by the Contractor on-site prior to installation for defects that could damage the TS-03 Requirement #14-14 Equipment or harm personnel. Any Equipment found to have defects shall not be installed but replaced with an acceptable replacement. The EOR shall oversee all installation related work at the Department’s facilities. The Contractor shall make all on-site work TS-03 Requirement #14-15 accessible to the Department at any time in order to allow the Department to oversee and review the work. All cabling may be inspected by the Department prior to or during commissioning of each site and the Contractor shall be TS-03 Requirement #14-16 responsible for correcting any identified discrepancies.

TS-03 Requirement #14-17 The Contractor shall provide all temporary lighting needed during on-site installation, tuning and testing of the Toll System.

The EOR shall oversee the set-up, operation, temporary removal and permanent removal of all temporary lighting required during TS-03 Requirement #14-18 on‑site installation, tuning and testing of the Toll System in accordance with the Detailed Design Drawings.

The Contractor shall patch and restore all resulting openings to the original condition of the adjacent construction. The fire rating TS-03 Requirement #14-19 of all patched wall and floor penetrations shall match the original wall or floor. The Contractor shall: • Power up and provide a field check out/installation acceptance test of all Toll System elements and subsystems, to be witnessed and Approved by Department or its designated representative TS-03 Requirement #14-20 • Provide to the Department a completed installation checklist

• Tune and test the Toll System and its subsystems, as further described in full accordance with manufacturer’s guidelines

Where the Contractor is providing Toll System elements manufactured by a third party supplier, Contractor shall ensure that all TS-03 Requirement #14-21 such elements are installed in accordance with manufacturer’s installation guidelines.

Page 91 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Contractor shall provide any and all such original Equipment manufacturer on-site and remote support as is necessary to TS-03 Requirement #14-22 ensure the proper operation of the Toll System. Prior to connecting the Toll System to the network demarcation point, the Contractor shall apply to the COTS Software all new TS-03 Requirement #14-23 versions, patches and fixes released by the respective manufacturer and identified in the list Approved in principle by the Department during the Installation-Ready Design Review. A copy of the installation checklist shall be attested to by the (Contractor’s) Project Manager and provided to the Department TS-03 Requirement #14-24 immediately after the completion of each installation of the Toll System.

Page 92 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* TS-04 HOST SUBSYSTEM - FUNCTIONAL REQUIREMENTS 2. Location The Contractor shall integrate, furnish, install, test and maintain a complete Host Subsystem consisting of the functions described below at each of the following locations: TS-04 Requirement #2-1 a) VDOT Hampton Roads Traffic Operations Center b) VDOT Bowers Hill Communication Hub All Maintenance Online Management functions shall continue operating without delay or degradation when one or more of the following events occur within the VDOT Hampton Roads Traffic Operations Center: TS-04 Requirement #2-2 • Loss of Wide Area Network (WAN) • Loss of power • Failure of Toll System elements including but not limited to Software, Equipment or other Hardware All Maintenance Online Management functions shall continue operating without delay or degradation when one or more of the following events occur within the VDOT Bowers Hill Communication Hub: TS-04 Requirement #2-3 • Loss of Wide Area Network (WAN) • Loss of power • Failure of Toll System elements including but not limited to Software, Equipment or other Hardware

The Host Subsystem function at the VDOT Hampton Roads Traffic Operations Center and the VDOT Bowers Hill Communication TS-04 Requirement #2-4 Hub shall be self contained and implemented on separate Hardware from, and shall operate fully independent of, one another.

The Contractor shall provision, lease and maintain a suitable secure communications network connection from each Host TS-04 Requirement #2-5 Subsystem location above to the facility or facilities where the Contractor performs services described in the TS-02 document.

The Contractor shall furnish, install and maintain all other Hardware, associated mounting fixtures, cabling, conduit, boxes and TS-04 Requirement #2-6 other items to form a fully functional Host Subsystem that meets all Requirements specified in this TS 04 document and elsewhere in the contract documents. Hardware and other associated installation Requirements are specified in the TS-03 document for every location where Toll System Equipment is to be installed. 3. Subsystem Function & Performance The Host Subsystem shall control all Toll System elements to effect periods of tolling. These shall initially consist of:

• The AM peak period, to include the 4-hour period during which westbound traffic on I-64 Express Lanes will be tolled. TS-04 Requirement #3-1

• The PM peak period, to include the 4-hour period during which eastbound traffic on I-64 Express Lanes will be tolled.

TS-04 Requirement #3-2 The time that each such period begins shall be configurable by a Department user(s). TS-04 Requirement #3-3 The time that each such period ends shall be configurable by a Department user(s). Suspension of tolling for special events (holiday or other events determined by the Department) shall be readily configurable by a TS-04 Requirement #3-4 Department user(s). TS-04 Requirement #3-5 Tolling on any day(s) during a weekend shall be readily configurable by a Department user(s).

Page 93 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* Storage, processor speeds, communications internal to the Host Subsystem and all other aspects of the Host Subsystem design shall be of sufficient capacity to process a four (4) hour period of tolling every weekday morning and a four (4) hour period of tolling TS-04 Requirement #3-6 every weekday afternoon even during those times where a fault or other event has degraded the performance of one of the Host Subsystem locations or rendered such location inoperable. Traffic volume of twenty-two hundred (2,200) vehicles per hour in every travel lane of every ORT Zone Subsystem location (as TS-04 Requirement #3-7 detailed further in Tolling Specification #05) shall be used to assess the sufficiency of such capacity. The Host Subsystem shall automatically and continuously diagnose the status, function, performance and availability of the Host TS-04 Requirement #3-8 Subsystem Hardware devices; communications; databases; processes; tasks, and Software applications. This Host Subsystem diagnosis function shall cause the Maintenance Online Management Subsystem (described in Tolling TS-04 Requirement #3-9 Specification #07) to log, store and send an alert each time such diagnostics indicate an issue or concern. The Host Subsystem shall secure all of its master data records such that they cannot be deleted or changed once entered. Master data records and files shall only be appended to and not edited or deleted and, if such appending is required, only a Department TS-04 Requirement #3-10 user(s) with appropriate security access privileges shall be permitted to ‘flag’ a file to ensure the integrity and provide a complete audit trail.

TS-04 Requirement #3-11 The Host Subsystem shall record and retain all system access, logins, and modifications such that all suspect use is fully traceable.

The Host Subsystem shall encrypt data including but not limited to the list of Department users, their log-in credentials and their TS-04 Requirement #3-12 respective Toll System rights and privileges (e.g. user group).

The Host Subsystem shall provide firewalls; intrusion detection and prevention; unauthorized access detection and prevention; virus protection; spam protection, denial-of-service attack protection, and all other system security measures that:

TS-04 Requirement #3-13 • Protect the Toll System from cyber security risks created or propagated by Toll System users, adjoining systems and third parties • Ensure continued operation of the Toll System in accordance with all contractual Requirements and in a manner that does not adversely affect adjoining systems operated by others The Host Subsystem shall check for all updates for all such Software from their original manufacturer according to the schedule in the Management Plan, developed during the design phase; log all updates found in the Maintenance Online Management Subsystem; TS-04 Requirement #3-14 include such logs in reports; and cause the Maintenance Online Management Subsystem to immediately issue an alert for each update found. Such schedule shall be configurable, with a maximum time between each such update check no greater than the recommendation of TS-04 Requirement #3-15 the original manufacturer of the respective Software. The Host Subsystem shall provide for all such updates to be automatically downloaded and applied. The Host Subsystem shall be readily configurable by Department users to turn off such automatic updates and instead automatically subject each update to TS-04 Requirement #3-16 Approval of a Department user prior to download and Approval of a Department user prior to installation. Such configuration shall be on a product by product basis. 3.1. Fault Tolerance The Host Subsystem shall be located in two separate facilities as described above and configured for high availability, where all Host TS-04 Requirement #3.1-1 Subsystem function and all performance shall be automatically and fully restored within fifteen (15) minutes of any failure or loss of Toll System Equipment at one of these locations.

Page 94 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Host Subsystem elements furnished, installed and maintained at the VDOT Hampton Roads Traffic Operations Center shall TS-04 Requirement #3.1-2 provide all of the function detailed elsewhere in this TS-04 document at the specified performance levels. Degradation; failure; or other type of loss of a Toll System element installed at the VDOT Hampton Roads Traffic Operations TS-04 Requirement #3.1-3 Center shall cause no loss of data. Degradation; failure; or other type of loss of a Toll System element installed at the VDOT Hampton Roads Traffic Operations TS-04 Requirement #3.1-4 Center shall cause no degradation in performance of the Host Subsystem or loss of function (other than directly associated fault tolerance)Degradation; outsidefailure; theor fifteenother (15)type minuteof loss timeof perioda Toll allowedSystem forelement failureinstalled or loss ofat Tollthe SystemVDOT EquipmentHampton RoadsdescribedTraffic aboveOperations TS-04 Requirement #3.1-5 Center shall cause no disruption to ORT Zone Subsystem operation described in Tolling Specification #05, the I-64 Express Lanes Project (the “Project”) roadway traffic operations or VDOT E‑ZPass Customer Service Center operations at any time. Catastrophic loss of the VDOT Hampton Roads Traffic Operations Center facility shall cause no degradation in performance of the TS-04 Requirement #3.1-6 Host Subsystem; loss of function (other than directly associated fault tolerance); or loss of data. The Host Subsystem elements furnished, installed and maintained at the VDOT Bowers Hill Communication Hub shall provide all of TS-04 Requirement #3.1-7 the function detailed elsewhere in this TS‑04 document at the specified performance levels. Degradation; failure; or other type of loss of a Toll System element installed at the VDOT Bowers Hill Communication Hub shall TS-04 Requirement #3.1-8 cause no loss of data.

Degradation; failure; or other type of loss of a Toll System element installed at the VDOT Bowers Hill Communication Hub shall TS-04 Requirement #3.1-9 cause no degradation in performance of the Host Subsystem or loss of function (other than directly associated fault tolerance) outside the fifteen (15) minute time period allowed for failure or loss of Toll System Equipment described above. Degradation; failure; or other type of loss of a Toll System element installed at the VDOT Bowers Hill Communication Hub shall TS-04 Requirement #3.1-10 cause no disruption to ORT Zone Subsystem operation described in Tolling Specification #05, the I-64 Express Lanes Project roadway traffic operations or VDOT E‑ZPass Customer Service Center operations at any time. Catastrophic loss of the VDOT Bowers Hill Communication Hub shall cause no degradation in performance of the Host Subsystem, TS-04 Requirement #3.1-11 loss of function (other than directly associated fault tolerance) or loss of data. 3.2. Communications 3.2.1. With Various Traffic Systems

The Department will provide sufficient Wide Area Network capacity between the traffic sensors furnished and installed by others, the VDOT Advanced Traffic Management System and the Host Subsystem locations (detailed in section 2 above).

As detailed in section 3.4 below: • The Host Subsystem communicates directly with traffic sensors furnished and installed by others • The Host Subsystem sends requests to the VDOT Advanced Traffic Management System (ATMS) to display specific messages (containing the toll rate) on specific dynamic message signs (DMS) at specific times. • The ATMS sends the status of a particular DMS, including the current message, to the Host Subsystem each time the status changes. The Contractor shall work in close cooperation with VDOT and VDOT’s other contractors to develop a comprehensive Interface TS-04 Requirement #3.2.1-1 Control Document describing communications between the Host Subsystem, the various traffic sensors and the VDOT Advanced Traffic Management System. TS-04 Requirement #3.2.1-2 The interface between the ATMS and the Host Subsystem shall conform to the description in TS-04 Appendix E.

Page 95 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Contractor shall furnish and install extensions of the Toll System that fully and effectively implement such Interface Control TS-04 Requirement #3.2.1-3 Document. 3.2.2. With VDOT E-ZPass Customer Service Center The Department will provide sufficient Wide Area Network capacity between the VDOT E-ZPass Customer Service Center and the two Host Subsystem locations described in section 2 above.

TS-04 Requirement #3.2.2-1 All communications between all ORT Zone Subsystems and the Host Subsystem shall use guaranteed transmission protocols.

The Host Subsystem shall receive and store transponder status files from the VDOT E‑ZPass Customer Service Center by as TS-04 Requirement #3.2.2-2 described in TS-04 Appendix D: (Black Box) Interface.

TS-04 Requirement #3.2.2-3 The Host Subsystem shall receive and store AVI hot list files and ALPR hot list files from the VDOT E-ZPass Customer Service.

The Host Subsystem shall log all versions of the files sent to or received from the VDOT E-ZPass Customer Service Center and TS-04 Requirement #3.2.2-4 their time of receipt. The Host Subsystem shall create transaction files and send such files to the VDOT E‑ZPass Customer Service Center as described TS-04 Requirement #3.2.2-5 in TS-04 Appendix D: (Black Box) Interface. The Host Subsystem shall receive transaction reconciliation files from the VDOT E‑ZPass Customer Service Center as described in TS-04 Requirement #3.2.2-6 TS-04 Appendix D: (Black Box) Interface and process such files. The Host Subsystem shall create toll correction files and send such files to the VDOT E‑ZPass Customer Service Center as TS-04 Requirement #3.2.2-7 described in TS-04 Appendix I: Toll Corrections File Interface. The Host Subsystem shall receive toll reconciliation response files from the VDOT E‑ZPass Customer Service Center as described TS-04 Requirement #3.2.2-8 in TS-04 Appendix J: Toll Reconciliation Response File Interface and process such files.

All files and other data exchanged between the Host Subsystem and the VDOT E‑ZPass Customer Service Center shall be stored TS-04 Requirement #3.2.2-9 in a manner that makes it easy for a Department user(s) to search for a record, locate it, display it, make a copy of it in .pdf file format, make a copy of it in .xlsx format, make a copy of it in .csv format, and email it in any of these formats.

As described in section 3.2.3 below, the Host Subsystem stores and forwards transponder status file data, AVI hot list data and ALPR hot list data to each ORT Zone Subsystem location. 3.2.3. With the ORT Zone Subsystems

TS-04 Requirement #3.2.3-1 All communications between the Host Subsystem and ORT Zone Subsystems shall use guaranteed transmission protocols.

System Software shall include a Commercial off the Shelf Software application for encrypting network communications (e.g. a Virtual TS-04 Requirement #3.2.3-2 Private Network application) and the System shall encrypt all communications between the Host Subsystem and ORT Zone Subsystems using this application. The Host Subsystem shall process and send each Transponder Status List to each ORT Zone Subsystem within thirty (30) minutes TS-04 Requirement #3.2.3-3 of successfully receiving the files from the VDOT E-ZPass Customer Service Center. The Host Subsystem shall process and send each AVI hot list file to each ORT Zone Subsystem within thirty (30) minutes of TS-04 Requirement #3.2.3-4 successfully receiving the files from the VDOT E-ZPass Customer Service Center. The Host Subsystem shall process and send each license plate hot list file to each ORT Zone Subsystem within thirty (30) minutes TS-04 Requirement #3.2.3-5 of successfully receiving the files from the VDOT E-ZPass Customer Service Center. Other aspects of Host Subsystem communications with the ORT Zone Subsystems are detailed in the TS-05 document.

Page 96 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* 3.2.4. With the Video Audit Subsystem System Software shall include a Commercial off the Shelf Software application for encrypting network communications (e.g. a Virtual TS-04 Requirement #3.2.4-1 Private Network application) and the System shall encrypt all communications between the Host Subsystem the Video Audit Subsystem using this application. Other Requirements for communications with the Video Audit Subsystem are detailed in the TS‑06 document. 3.2.5. With the Maintenance Online Management Subsystem The Host Subsystem shall actively monitor all of the communications described above and cause the Maintenance Online Management Subsystem to create, log and immediately issue an alert for any irregularity or failure in this communication. Such TS-04 Requirement #3.2.5-1 active monitoring includes but is not limited to “heart beat” methods; file size and frequency methods; and methods based on transmission acknowledgement timing. System Software shall include a Commercial off the Shelf Software application for encrypting network communications (e.g. a Virtual TS-04 Requirement #3.2.5-2 Private Network application) and the System shall encrypt all communications between the Host Subsystem and the Maintenance Online Management Subsystem using this application.

Other Requirements for communications with the Maintenance Online Management Subsystem are detailed in the TS-07 document.

3.2.6. With the Host Subsystem TS-04 Requirement #3.2.6-1 All communications between all Host Subsystem functions shall use guaranteed transmission protocols. TS-04 Requirement #3.2.6-2 All communications between the Host Subsystem locations shall use guaranteed transmission protocols. The Host Subsystem shall actively monitor all Toll System communications within and between the Host Subsystem locations and cause the Maintenance Online Management Subsystem to create, log and immediately issue an alert for any irregularity or failure in TS-04 Requirement #3.2.6-3 this communication. Such active monitoring includes but is not limited to “heart beat” methods; file size and frequency methods; and methods based on transmission acknowledgement timing. All files and other data exchanged between all Host Subsystem functions and locations shall be stored in a manner that makes it easy TS-04 Requirement #3.2.6-4 for a Department user(s) to search for a record, locate it, display it, make a copy of it in .pdf file format, make a copy of it in .xlsx format, make a copy of it in .csv format, and email it in any of these formats. 3.3. Toll System Management Requirements for configuring the tolling periods are described in section 3 above. The Host Subsystem shall provide for all Department workstations connected to the Wide Area Network to login and access any TS-04 Requirement #3.3-1 Toll System menu or application without having to install Toll System Software on said workstation. The Toll System shall, based on access privileges, provide the appropriate menus and screens to a Department user(s) from any TS-04 Requirement #3.3-2 workstation. The Host Subsystem shall provide single sign on, where any Department user can access any Toll System element or subsystem TS-04 Requirement #3.3-3 using one user name and one password common to all Toll System elements. TS-04 Requirement #3.3-4 The Host Subsystem shall log all such sign on and all access to Toll System processes and data. The Host Subsystem shall control privileges and access rights through one Software application and by user group. Said privileges TS-04 Requirement #3.3-5 and access rights include but are not limited to the Host Subsystem’s monitoring and reporting functions; ORT Zone Subsystem functions; Video Audit Subsystem functions; and Maintenance Online Management Subsystem functions.

For each user, the Host Subsystem shall display all screens and reports available to them based on their assigned user group. On TS-04 Requirement #3.3-6 some screens, the Host Subsystem shall limit certain user groups to only viewing data and not entering data.

Page 97 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* TS-04 Requirement #3.3-7 The Host Subsystem shall provide a user group with administrator privileges over the entire Toll System. Upon any update of user rights or privileges, the Host Subsystem shall immediately transmit said update to the ORT Zone TS-04 Requirement #3.3-8 Subsystems, the Video Audit Subsystem and the Maintenance Online Management Subsystem. All Toll System elements shall load and use such updated rights or privileges without re-booting or otherwise impacting the TS-04 Requirement #3.3-9 performance of any element of the Toll System. The Host Subsystem shall provide any user in the Toll System administrator user group with all screens, tools and other functions necessary to: TS-04 Requirement #3.3-10 a) Manage every other user group’s access security including sign-on facilities, permission control and different levels of access for the files and directories b) Assign users to any user group and change that assignment from time to time TS-04 Requirement #3.3-11 The Host Subsystem shall provide strict controls of these system administrator functions.

The Host Subsystem shall provide all tools and functions necessary for a Department user(s) to perform all system management and TS-04 Requirement #3.3-12 administration remotely via the most common Commercial off the Shelf personal computers and browser applications.

The Host Subsystem shall provide all tools and functions necessary for a Department user(s) to change the mode of each ORT TS-04 Requirement #3.3-13 Zone Subsystem. The Host Subsystem shall provide a Department user(s) with tools to securely display, administer, store, log, report and TS-04 Requirement #3.3-14 automatically apply revisions to all Transponder Status Lists. These tools provide for a Department user to exempt specific transponders from AVI tag status list provided by the VDOT E-ZPass TS-04 Requirement #3.3-15 Customer Service Center. Transponders regularly used by Contractor staff actively performing Maintenance duties on the Project roadside tolling Equipment would be a typical example.

Such exempt transponders shall be functionally equivalent to non-revenue transponders and the Toll System shall process all TS-04 Requirement #3.3-16 associated usage such that the Department avoids all Contractor costs of generating Vehicle Records and transaction records.

Vehicle Records and Video Audit Subsystem records will be created and maintained for all vehicle passage using such exempt TS-04 Requirement #3.3-17 transponders in the same manner as for all toll, HOV, violation and non-revenue transactions. The Toll System shall process transactions as violation transactions due (and therefore payable by the vehicle’s registered owner) when one of the following occurs: (a) no communication occurs between the AVI reader and the exempt transponder; (b) the Toll TS-04 Requirement #3.3-18 System fails to associate the exempt transponder with the correct vehicle; or (c) the Toll System fails to apply the revision to the transponder list. 3.4. Algorithms

As part of their Proposal, the Offeror shall detail and discuss their proposed Toll System’s overall ability to continuously achieve a required minimum travel speed while maintaining a traffic density within the specified range throughout all tolling periods.

As part of their Proposal, the Offeror shall detail and discuss the extent to which the Toll System can operate un-attended and the total anticipated staffing (Contractor, Department and other) required during all tolling periods to continuously meet the travel speed and traffic density Requirements. As part of their Proposal, the Offeror shall detail and discuss any conditions that would cause the Toll System to no longer meet the travel speed and traffic density Requirements. Algorithm Requirements are specified in TS-04 Appendix G.

Page 98 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* 3.5. Vehicle Records Vehicle Record generation is described in Tolling Specification #05 (ORT Zone Subsystems). The Host Subsystem shall store all Vehicle Records, as received from the ORT Zone Subsystems, in a manner that makes it easy for TS-04 Requirement #3.5-1 a Department user(s) to search for a record, locate it, display it, make a copy of it in .pdf file format, make a copy of it in .xlsx format, make a copy of it in .csv format, and email it in any of these formats.

The Host Subsystem shall actively monitor the processing of Vehicle Records and log, store and cause the Maintenance Online Management Subsystem (described in Tolling Specification #07) to send an alert in the event of any processing failures, errors or TS-04 Requirement #3.5-2 stoppages or any degradation in processing performance. Such active monitoring includes but is not limited to “heart beat” methods; file size and frequency methods; and methods based on transmission acknowledgement timing.

The Host Subsystem shall provide for a Department user(s) to securely generate queries using screens based on date range; transponder data fields including but not limited to agency, serial number, programmed class and switch setting; transponder type; TS-04 Requirement #3.5-3 transponder status (as declared by the VDOT E-ZPass Customer Service Center); and transponder status in the AVI hot list to obtain the related Vehicle Records. The Host Subsystem shall provide for a Department user(s) to securely generate queries using screens based on date range; license TS-04 Requirement #3.5-4 plate data fields including but not limited to issuing jurisdiction, license plate type and license plate identifier (“plate number”); and license plate status in the ALPR hot list to obtain the related Vehicle Records. TS-04 Requirement #3.5-5 The Host Subsystem shall log all such searches, displays, copies made, and e‑mails sent. Other Requirements, Key Performance Indicators and Price Adjustments related to Host Subsystem processing and storage of Vehicle Records are detailed in Tolling Specification #02. 3.6. Transaction Records The Host Subsystem shall store all transaction records in a manner that makes it easy for a Department user(s) to search for a record, locate it, display it, make a copy of it in .pdf file format, make a copy of it in .xlsx format, make a copy of it in .csv format, TS-04 Requirement #3.6-1 and email it in any of these formats. Such transaction records include those developed both automatically and manually using the algorithms described in TS-04 Appendix G. The Host Subsystem shall actively monitor transaction record processing and cause the Maintenance Online Management Subsystem (described in Tolling Specification #07) to send an alert in the event of any processing failures, errors or stoppages or any TS-04 Requirement #3.6-2 degradation in processing performance. Such active monitoring includes but is not limited to “heart beat” methods; file size and frequency methods; and methods based on transmission acknowledgement timing. The Host Subsystem shall provide for a Department user(s) to securely generate queries using screens based on date range; transponder data fields including but not limited to agency, serial number, programmed class and switch setting; transponder type; TS-04 Requirement #3.6-3 transponder status (as declared by the VDOT E-ZPass Customer Service Center); and transponder status in the AVI hot list to obtain the related transaction records. The Host Subsystem shall provide for a Department user(s) to securely generate queries using screens based on date range; license TS-04 Requirement #3.6-4 plate data fields including but not limited to issuing jurisdiction, license plate type and license plate identifier (“plate number”); and license plate status in the ALPR hot list to obtain the related transaction records. TS-04 Requirement #3.6-5 The Host Subsystem shall log all such searches, displays, copies made, and e‑mails sent. Other Requirements, Key Performance Indicators and Price Adjustments related to Host Subsystem processing and storage of Vehicle Records are detailed in Tolling Specification #02. 3.7. Historic Pricing Lookup Website

Page 99 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Host Subsystem shall provide a website available to the general public on the Internet and such website shall support TS-04 Requirement #3.7-1 concurrent use by no less than one hundred (100) Internet users. Such website shall securely provide for any Internet user(s) to search for toll rates based on the date and time at which the TS-04 Requirement #3.7-2 transaction occurred. 3.8. Mobile Application The Contractor shall furnish a mobile application for iOS and Android devices and associated hosting services available to the TS-04 Requirement #3.8-1 general public. Such mobile applications and hosting services shall securely provide for any iOS or Android mobile device user(s) to search for toll TS-04 Requirement #3.8-2 rates based on date and time at which the transaction occurred. TS-04 Requirement #3.8-3 Such mobile applications shall be unique to the Department and are works for hire. The Contractor shall register, distribute and support such iOS mobile application through Apple as a free mobile application TS-04 Requirement #3.8-4 available to the general public. Such registration shall be for the exclusive benefit of the Department. The Contractor shall register, distribute and support such Android mobile application through Google as a free mobile application TS-04 Requirement #3.8-5 available to the general public. Such registration shall be for the exclusive benefit of the Department. TS-04 Requirement #3.8-6 Such hosting services shall support concurrent use by no less than one hundred (100) mobile device users. 3.9. Storage The Host Subsystem shall automatically back up all its data on a daily basis without manual intervention using disk libraries. The TS-04 Requirement #3.9-1 archival parameters shall be configurable by a Department user(s) for each type for data. The Host Subsystem shall cause the Maintenance Online Management Subsystem (described in Tolling Specification #07) to log, TS-04 Requirement #3.9-2 store and send an alert to notify Department user(s) of the status of such backup process. TS-04 Requirement #3.9-3 The Host Subsystem shall provide for viewing the backup data in a user friendly and readable form. The Host Subsystem shall provide for loading and unloading data manually in the event of a catastrophic failure of the Department’s TS-04 Requirement #3.9-4 WAN or other similar disaster.

The Host Subsystem shall retain the following information on-line for twenty-four (24) months and then automatically archive it:

a) All traffic data TS-04 Requirement #3.9-5 b) All toll rate tables c) All sign data d) All Vehicle Records e) All priced transactions including but not limited to HOV transactions, tolled transactions, and violations TS-04 Requirement #3.9-6 The Host Subsystem shall retain all Toll System logs on-line for six (6) months and then automatically archive it. The Host Subsystem shall retain the following information on-line for ten (10) years and then automatically archive it: TS-04 Requirement #3.9-7 a) Summarized data, so that performance reports can be generated for trend analysis b) All MOMS data including but not limited to alarms, work orders, Equipment inventory and Maintenance activities TS-04 Requirement #3.9-8 The Host Subsystem shall retain all photos for a configurable period of time to be determined by the Department. TS-04 Requirement #3.9-9 The Host Subsystem shall retain all other information on-line for eighteen (18) months and then automatically archive it. TS-04 Requirement #3.9-10 The Host Subsystem shall automatically archive information onto permanent, long-term storage. When the Host Subsystem storage utilization reaches 80% capacity, the Host Subsystem shall cause the Maintenance Online TS-04 Requirement #3.9-11 Management Subsystem (described in Tolling Specification #07) to log, store and send an alert. After causing such an alert to be issued, the Host Subsystem shall archive data according to the business rules defined in the SDD TS-04 Requirement #3.9-12 document (described further in section 5.2 below).

Page 100 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* After successful archival, the Host Subsystem shall automatically delete on-line data that has been archived and cause the TS-04 Requirement #3.9-13 Maintenance Online Management Subsystem (described in Tolling Specification #07) to log, store and send an alert confirming successful archival and deletion. The Host Subsystem shall cause the Maintenance Online Management Subsystem to log, store and send an alert if faults or errors TS-04 Requirement #3.9-14 are encountered in such archival, or a confirmation of successful archival is not created. Archival storage and hosting shall be automated and performed on-site at the Department’s facilities. TS-04 Requirement #3.9-15 3rd party services are not permitted for data archival. 3rd party hosting of archival data is not permitted. The Host Subsystem shall have sufficient capacity to accommodate the restoration of the archived data and provide for a TS-04 Requirement #3.9-16 Department user(s) to generate queries from the restored data using the same tools and processes as are used to do the same with on-line data. The Host Subsystem shall retain summarized data online for ten (10) years and then archive such data in a way that provides for TS-04 Requirement #3.9-17 performance reports to continue incorporating this data. The Host Subsystem shall provide a tool with a single data input field, whereby a Department user(s) uses that field to configure the TS-04 Requirement #3.9-18 Toll System such that it automatically erases all Video Audit Subsystem images and overlay information exceeding a configurable period ranging from 60 days to 400 days. 3.10. Screens 3.10.1. Dashboard The Host Subsystem shall provide a screen displaying an operational and financial dashboard in data and pictorial format that shows real time status of traffic, transactions and revenue. Such dashboard shall be role-driven and fully configurable to the extent that it TS-04 Requirement #3.10.1-1 allows users to customize their own dashboard. Such dashboard shall be fully defined by the Contractor during the design phase and shall be subject to the Department’s Approval.

The Host Subsystem shall provide near real-time monitoring of all activity at all locations in both a pictorial and dashboard view. This monitoring includes monitoring all Equipment status; traffic monitoring including (but not limited to) speed and volumes; and monitoring all Maintenance activities in real-time or near real-time. Monitoring activities shall include the following:

a) Current transaction pricing with a graphical representation showing how pricing has changed over the course of the TS-04 Requirement #3.10.1-2 current tolling period b) Current pricing displayed on each sign c) Other toll related activities d) Detailed transaction activity (configurable) on selected lanes to include AVI data and ALPR data. e) Configurable half hour and hourly traffic summary for the ORT Zone Subsystem location f) Status information on all Toll System elements

TS-04 Requirement #3.10.1-3 The Host Subsystem shall provide users with direct access to the detailed data directly from these pictorial and dashboard views.

The Host Subsystem shall provide a Department user(s) with the tools and functions necessary to easily maneuver through screens TS-04 Requirement #3.10.1-4 and view data, and provide readily configurable different colors and pictures to bring critical events to the user’s attention.

3.10.2. Financial Reporting

Page 101 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

Adjustments to priced transactions are transmitted to the Host Subsystem by the VDOT E-ZPass Customer Service Center TS-04 Requirement #3.10.2-1 through reconciliation files, and the Host Subsystem shall provide a series of screens reporting on such pricing adjustments.

The Host Subsystem shall provide a series of screens for a Department user(s) to view the status of all violations payments and TS-04 Requirement #3.10.2-2 show payment amounts received on a transaction level and summary basis. Such screens shall be configurable by a Department user(s) to separately show violation tolls, violation administrative fees and violation fines.

TS-04 Requirement #3.10.2-3 The Host Subsystem shall provide finance and budget screens that show the various revenues and transactions for any month.

Since violation revenue is collected months after the transaction occurred, the Host Subsystem shall provide: a) All screens, tools and other functions necessary for certain Department users to securely finalize revenue for each month including cash, ETC and violation revenue TS-04 Requirement #3.10.2-4 b) For a Department user(s) to comment on, Approve, finalize and lock each month’s final revenue reporting

c) Export each month’s Final Revenue Report to a .csv file and save same to a specified folder for the Department pick up

The Host Subsystem shall provide daily, weekly, monthly, quarterly and yearly reporting screens on transactions and revenue. Such TS-04 Requirement #3.10.2-5 screens shall show expected revenue and provide transaction and summary level information.

The Host Subsystem shall provide daily, weekly, monthly, quarterly and yearly reporting screens on non-revenue transactions including but not limited to those occurring in Maintenance mode, those involving non-revenue transponders and those occurring TS-04 Requirement #3.10.2-6 during special events, where each special event reporting screen shall show the transactions that occurred during this mode of operation, the event type, the paid amount and the expected toll revenue not collected. 3.10.3. Other The Host Subsystem shall provide all screens, tools and other functions necessary to make all data transmitted to, manually entered TS-04 Requirement #3.10.3-1 into and generated by the Host Subsystem available through a comprehensive set of screens. The Host Subsystem shall control user privileges for all such screens by user group and such control shall be easily reconfigurable by TS-04 Requirement #3.10.3-2 a Department user(s). The Host Subsystem data shall provide all screens, tools and other functions necessary for a Department user(s) to audit and TS-04 Requirement #3.10.3-3 reconcile the Host Subsystem with the revenue collected and payments made. Such screens shall show the status of the Revenue Day and other relevant statuses that indicate items including but not limited to whether: TS-04 Requirement #3.10.3-4 a) All data has been obtained from the ORT zone b) All transaction records have been transmitted to the VDOT E-ZPass Customer Service Center c) The time of the last transaction record processed

TS-04 Requirement #3.10.3-5 Such screens shall be configurable based upon “process date,” “transaction date,” or both, as designated by the Department user(s).

The Host Subsystem shall provide for a Department user(s) to manipulate the presentation of screen data for comparative analysis TS-04 Requirement #3.10.3-6 and statistical comparisons. The Host Subsystem shall provide all screens, tools and other functions necessary for a Department user(s) to select a presentation TS-04 Requirement #3.10.3-7 chart type from a variety of graphic styles at any time and display and screen data in such graphic style.

Page 102 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Host Subsystem shall make separate screens available for all Maintenance mode transactions and transactions generated during TS-04 Requirement #3.10.3-8 Maintenance modes shall not be included in any revenue and traffic screens. The Host Subsystem shall provide all screens, tools and other functions necessary for users to: TS-04 Requirement #3.10.3-9 a) Print screens using printers provided by others on the Department’s Wide Area Network b) Save screens in formats identified in the SDD document (described further in section 5.2 below) The Host Subsystem shall provide e-mailing of screens to users or placing them in specific file directories of computers provided by TS-04 Requirement #3.10.3-10 others on the Department’s Wide Area Network when generated and the Host Subsystem shall provide all screens, tools and other functions necessary for a Department user(s) to securely set up and alter such schedules. The Host Subsystem shall provide all screens, tools and other functions necessary for users to drill down from all screens to the TS-04 Requirement #3.10.3-11 next level of detail including but not limited to screen data and the display and review of license plate images and Video Audit Subsystem images. The Host Subsystem shall provide all screens, tools and other functions necessary for users to securely view the contents of files TS-04 Requirement #3.10.3-12 that are received by the Host Subsystem and transmitted by the Host Subsystem in a readable format.

TS-04 Requirement #3.10.3-13 If files are compressed or encrypted, the Host Subsystem shall provide the necessary Software tools to view their contents.

When the contents of such file are displayed, the Host Subsystem shall provide for a Department user(s) to save the contents as a TS-04 Requirement #3.10.3-14 .csv file and in Excel format. The Host Subsystem shall provide all of the screens, tools and other functions necessary for a Department user(s) to easily identify issues/problems (traffic or Equipment); access and view related issues/problems automatically identified by the Toll System; log or TS-04 Requirement #3.10.3-15 provide additional detail on each issue/problem; and transmit notification of same to Maintenance personnel and other MOMS users. 3.11. Reports The Host Subsystem shall generate and produce reports with the information on each screen above and the following additional report Requirements apply to the Host Subsystem. The Toll System shall have efficient data storage, server design, and data summarization techniques such that daily reports take no TS-04 Requirement #3.11-1 more than two (2) seconds to generate and both monthly and annual reports take no more than thirty (30) seconds to generate when no more than ten (10) Department users are simultaneously accessing the system. Such daily reports shall include but are not limited to the: a) Transponder file transmission report, showing the time and status of all: • Attempted, successful and failed transmissions of transponder status files from the VDOT E‑ZPass Customer Service Center

• Attempted, successful and failed transmissions of transponder status files to the ORT Zone Subsystem locations TS-04 Requirement #3.11-2 b) ALPR performance report c) Sign script adherence report, comparing the sign script data with the sign report data d) Pricing performance report e) Violation trend report f) Data backup, archival and retention report g) System exceptions report 3.12. Ad Hoc Report Tool

Page 103 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Host Subsystem shall provide a COTS Software tool fully integrated and indexed to all data contained in the Host Subsystem TS-04 Requirement #3.12-1 for a Department user(s) to create and generate additional reports on a regular basis.

The Host Subsystem shall provide all screens, tools and other functions necessary for report templates created by a Department TS-04 Requirement #3.12-2 user(s) to be selectable and usable by all other users having similar privileges to access the underlying information.

Department personnel are already trained in and prefer JasperReports for this type of ad hoc report generation. 4. Modeling

As part of their Proposal, the Offeror shall detail and discuss their proposed approach for using traffic microsimulation tools to model their proposed dynamic pricing algorithm (DPA). The proposed DPA shall be encoded into the microsimulation model in order to illustrate the effectiveness of the pricing approach in managing traffic and responding to various contingencies.

Once the Notice to Proceed is issued, VDOT shall provide the integrator with 4 calibrated VISSIM models of the study area. These models shall encompass the following four time periods: • 2017 – AM Peak • 2017 – PM Peak • 2040 – AM Peak • 2040 – PM Peak All models span 4 hours in the “Build” scenario. A detailed description of the geographical scope of the study area is described in Appendix H. As part of their Proposal, the Offeror shall identify whether they plan to build on the VISSIM models provided by VDOT, or instead build a comparable model using Commercial off the Shelf software. If the latter, the Offeror shall specify the specific software package that they propose to use. As part of their Proposal, the Offeror shall detail and quantify their proposed modeling scenarios, test cases and evaluation methods. Modeling Requirements are specified in TS-04 Appendix H. 5. System Integration Documents General Requirements for the System Integration design and testing documents are detailed in Tolling Specification #01: Project Management, Documentation, Design and Test Services. Additional Requirements specific to the Host Subsystem are as follows. 5.1. System Design Requirements (SDR) Document TS-04 Requirement #5.1-1 All other Requirements related to Host Subsystem shall be detailed in the SDR document. Other SDR document Requirements, including but not limited to data security and reporting, are detailed in Tolling Specification #01. 5.2. System Detailed Design (SDD) Document The SDD document shall describe how Toll System privileges and access rights are implemented and such privileges and access TS-04 Requirement #5.2-1 rights shall be subject to the Department’s Approval. The SDD document shall fully describe all user groups and their associated rights and privileges and such groups, rights and TS-04 Requirement #5.2-2 privileges shall be subject to the Department’s Approval. TS-04 Requirement #5.2-3 The SDD document shall describe the strict controls of the Toll System administrator functions.

Page 104 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The SDD document shall fully comply with the Interface Control Document created to define all communications between the Host TS-04 Requirement #5.2-4 Subsystem and the VDOT Advanced Traffic Management System. The SDD document shall describe all diagnostics internal to the Host Subsystem and the associated reporting to the Maintenance TS-04 Requirement #5.2-5 Online Management Subsystem. The SDD document shall describe how the Toll System recovers all files and other data exchanged between the Host Subsystem and the VDOT Advanced Traffic Management System after a failure or loss at either Host Subsystem location; detail all Hardware TS-04 Requirement #5.2-6 and Software involved in this fault tolerance (section 3.1 above); and detail the associated timeline for when function, data and performance are each restored to pre-failure/pre-loss levels. The SDD document shall fully comply with the Interface Control Document describing all communications between the Host TS-04 Requirement #5.2-7 Subsystem and the VDOT E‑ZPass Customer Service Center. The SDD document shall describe how the Toll System recovers all files and other data exchanged between the Host Subsystem and the VDOT E‑ZPass Customer Service Center after a failure or loss at either Host Subsystem location; detail all Hardware and TS-04 Requirement #5.2-8 Software involved in this fault tolerance (section 3.1 above); and detail the associated timeline for when function, data and full performance are each restored. The SDD document shall describe how the Host Subsystem logs all versions of the files sent to or received from the VDOT E- TS-04 Requirement #5.2-9 ZPass Customer Service Center (section 3.2.2 above) and the tools for a Department user(s) to locate, view and copy the log timeframe of interest. The SDD document shall contain an Interface Control Document fully describing the full interface between the Host Subsystem and TS-04 Requirement #5.2-10 the ORT Zone Subsystems. The SDD document shall describe how the Toll System recovers all files and other data exchanged between the Host Subsystem and the ORT Zone Subsystems after a failure or loss at either Host Subsystem location; detail all Hardware and Software involved TS-04 Requirement #5.2-11 in this fault tolerance (section 3.1 above); and detail the associated timeline for when function, data and full performance are each restored. The SDD document shall contain an Interface Control Document fully describing the full interface between the Host Subsystem and TS-04 Requirement #5.2-12 the Video Audit Subsystem. The SDD document shall contain an Interface Control Document fully describing the full interface between the Host Subsystem and TS-04 Requirement #5.2-13 the Maintenance Online Management Subsystem. The SDD document shall describe the capacity, fault tolerance, security, conceptual service level agreement(s) attributes and other TS-04 Requirement #5.2-14 attributes of the communications network connection from each Host Subsystem location to the facility or facilities where the Contractor performs services described in the TS-02 document. The SDD document shall contain an Interface Control Document fully describing the full interface between each Host Subsystem TS-04 Requirement #5.2-15 location to the facility or facilities where the Contractor performs services described in the TS-02 document The SDD document shall fully describe how information is controlled, secured and protected at the facility or facilities where the TS-04 Requirement #5.2-16 Contractor performs services described in the TS-02 document The SDD document shall fully describe data recovery procedures and lost work that would result from a catastrophic loss of any TS-04 Requirement #5.2-17 single facility where the Contractor performs services described in the TS-02 document. The SDD document shall detail all Hardware and Software implementation of the Toll System management function (section 3.3 TS-04 Requirement #5.2-18 above) and describe any effects or considerations of the two separate Host Subsystem locations. TS-04 Requirement #5.2-19 The SDD document shall detail single sign-on. The SDD document shall detail user groups; associated rights and privileges; and tools to add, change or delete users and to add, TS-04 Requirement #5.2-20 change or delete user rights and privileges.

Page 105 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The SDD document shall detail all Hardware and Software implementation of all algorithm functions (section 3.4 above) at each TS-04 Requirement #5.2-21 Host Subsystem location and all associated business rules and logic. The SDD document shall detail the rules, algorithms and logic that the Host Subsystem uses to process roadway sensor data to TS-04 Requirement #5.2-22 identify faulty sensors and cleanse the data from such sensors. The SDD document shall detail the rules, algorithms and logic that the Host Subsystem shall use to process roadway sensor data to TS-04 Requirement #5.2-23 extrapolate conditions where any sensor is inoperable or otherwise unavailable. The SDD document shall detail the rules, algorithms and logic that the Host Subsystem uses to calculate travel speeds and traffic TS-04 Requirement #5.2-24 density. The SDD document shall detail all Toll System design considerations, rules and calculations regarding price setting vs. travel speeds TS-04 Requirement #5.2-25 and traffic density. The SDD document shall detail the rules, algorithms and logic that the Host Subsystem uses to determine the time at which pricing TS-04 Requirement #5.2-26 from a toll rate table is to be displayed on each Advisory Pricing Sign. The locations of the Advisory Pricing Signs are identified in Appendix B. The SDD document shall detail the rules, algorithms and logic that the Host Subsystem uses to determine the time at which pricing TS-04 Requirement #5.2-27 from a toll rate table is to be displayed on each Confirmation Pricing Sign. The locations of the Confirmation Pricing Signs are identified in Appendix C. The SDD document shall detail all other Toll System design considerations, rules and calculations regarding the generation of sign TS-04 Requirement #5.2-28 information. The SDD document shall detail the rules and logic that the Host Subsystem uses in automated transaction formation. Said detail TS-04 Requirement #5.2-29 shall include all financial reporting and auditability aspects of the automation. The SDD document shall detail the rules and workflow automation for manual transaction formation. Said detail shall include all TS-04 Requirement #5.2-30 financial reporting and auditability aspects of the manual transaction formation process. The SDD document shall detail business rules regarding non-HOV priced transactions and non-revenue transponder priced TS-04 Requirement #5.2-31 transactions The SDD document shall develop and detail the business rules and other considerations for determining the toll rate table TS-04 Requirement #5.2-32 applicable to each transaction record.

The SDD document shall detail the rules, algorithms and workflow automation for notifying a Department user(s) where sign TS-04 Requirement #5.2-33 displays varied from the sign script, the disposition of the associated Vehicle Records and the financial impact of such disposition prior to the transmission of priced transactions to the VDOT E-ZPass Customer Service Center via a transaction file.

The SDD document shall detail the rules, algorithms and workflow automation for notifying a Department user(s) of such status TS-04 Requirement #5.2-34 changes and the associated financial impacts. The SDD document shall detail the rules, algorithms and workflow automation for notifying a Department user(s) of such status TS-04 Requirement #5.2-35 changes and the associated financial impacts. The SDD document shall detail all Hardware and Software implementation of the storage function (section 3.9 above) and how this TS-04 Requirement #5.2-36 will operate from each Host Subsystem location. TS-04 Requirement #5.2-37 The SDD document shall detail all business rules for archival of data. The SDD document shall detail the implementation of the screens functions (section 3.10 above) and how this will operate from TS-04 Requirement #5.2-38 each Host Subsystem location. TS-04 Requirement #5.2-39 The SDD document shall detail the dashboard screen(s), subject to the Department’s Approval.

Page 106 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The SDD document shall detail printing from screen functions including adding, changing and deleting available printers (provided by others) and available file formats including but not limited to .pdf format; .html format; .xml format; .rtf format; Excel formats (MS TS-04 Requirement #5.2-40 Office 2010, .xlsx or latest version) and other commonly used formats identified by the Department during development of the SDD document. The SDD document shall detail all Hardware and Software implementation of the reports function (section 3.11 above) and how TS-04 Requirement #5.2-41 this will operate from each Host Subsystem location. The SDD document shall, subject to the Department’s Approval, document the processing and content of daily reports described in section 3.11 above including but not limited to: a) Transponder file transmission report b) Matching report ALPR performance report TS-04 Requirement #5.2-42 c) Sign script adherence report d) Transaction pricing performance report e) Violation trend report f) Data backup, archival and retention report g) System exceptions report The SDD document shall detail all Hardware and Software implementation of the ad hoc reports function (section 3.12 above) and TS-04 Requirement #5.2-43 how this will operate from each Host Subsystem location. The SDD document shall detail all COTS Hardware and COTS Software in the Host Subsystem, all status information specified by TS-04 Requirement #5.2-44 the manufacturer for each and how this information is monitored by the Toll System. The SDD document shall detail all fault tolerance designed into the Host Subsystem at each location and how function and TS-04 Requirement #5.2-45 performance are maintained at that site in the event of any element failure or degradation in performance.

The SDD document shall detail how the Host Subsystem causes the Maintenance Online Management Subsystem (described in TS-04 Requirement #5.2-46 Tolling Specification #07) to log, store and send an alert in the event of any element failure or degradation in performance.

The SDD document shall detail the guaranteed transmission protocol(s) between Host Subsystem functions and how such TS-04 Requirement #5.2-47 transmissions are stored, searched, displayed, copied and e-mailed. TS-04 Requirement #5.2-48 The SDD document shall detail the Hardware and Software used to implement all other Host Subsystem functions.

Other SDD Requirements, including but not limited to database schema and reporting, are detailed in Tolling Specification #01.

5.3. Detailed Test Procedures

TS-04 Requirement #5.3-1 The Detailed Test Procedures document shall fully describe all testing of the functions described in sections 3.1 through 3.12 above.

TS-04 Requirement #5.3-2 The Detailed Test Procedures document shall fully describe all testing of all other Host Subsystem functions. The Detailed Test Procedures document shall fully describe all testing of the Host Subsystem implementation described in the SDD TS-04 Requirement #5.3-3 document (section 5.2 above). Other Detailed Test Procedure Requirements are described in Tolling Specification #01. 6. System Manuals General Requirements for the System Manuals are detailed in Tolling Specification #01. Additional Requirements specific to the Host Subsystem are as follows.

Page 107 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* Setup, configuration, tuning and problem determination for the functions described in sections 3.1 through 3.12 above shall be fully TS-04 Requirement #6-1 detailed in the System Maintenance Manual (specified in Tolling Specification #01). Comprehensive administration of all functions described in sections 3.1 through 3.12 above shall be fully detailed in the System TS-04 Requirement #6-2 Administrator Manual (specified in Tolling Specification #01). Use of all functions described in sections 3.1 through 3.12 above shall be fully detailed in the System User Manual (specified in TS-04 Requirement #6-3 Tolling Specification #01). Database schema and other information necessary to use the ad hoc reporting tool (described in section 3.12 above.) shall be fully TS-04 Requirement #6-4 detailed in the System User Manual. 7. Training General Requirements for Training are detailed in Tolling Specification #01: Project Management, Documentation, Design and Test Services. Additional Requirements specific to the Host Subsystem are as follows.

The Contractor shall provide detailed training for administration and operation of all functions specified in sections 3.1 through 3.12 TS-04 Requirement #7-1 above and all other Host Subsystem functions as part of the System Administrator course (specified in Tolling Specification #01).

The Contractor shall provide detailed training for all functions described in sections 3.1 through 3.12 above as part of the System TS-04 Requirement #7-2 User course (specified in Tolling Specification #01). 8. Hardware and Installation Requirements for Hardware and installation are detailed in Tolling Specification #03: Hardware and Installation. 9. Infrastructure Documentation Infrastructure documentation (as described in Tolling Specification #01) is not required at the Department facilities listed in section 2 above.

Page 108 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* TS-05 ORT ZONE SUBSYSTEM - FUNCTIONAL REQUIREMENTS 2. Locations Equipment pads and shelters; conduit; shoulder widths, travel lane widths and other aspects of the ORT zone roadway; gantry widths; and other items provided by the Department are detailed for each location in the reference exhibits/drawings provided (see Attachment H of the RFP). The Contractor shall integrate, furnish, install, test and maintain a complete ORT Zone Subsystem consisting of vehicle detection and classification (see section 3.1 below), image capture function (see section 3.2 below), ALPR function (see section 3.3 below), AVI function (see section 3.4 below), HOV beacon function (see section 3.5 below) and zone controller function (see section 3.6 below) at the Zone 1 Eastbound/Westbound (Reversible) location. TS-05 Requirement #2-1 The Contractor shall integrate, furnish, install, test and maintain an ORT Zone Subsystem consisting of AVI function (see section 3.4 below) and registry server function (see section 3.7 below) at the following locations: a) Registry 1 Westbound b) Registry 2 Westbound c) Registry 3 Westbound The zone controller function at each location above shall be self-contained and implemented on separate Hardware from, and fully TS-05 Requirement #2-2 independent of, all other locations. This registry server function at each location shall be self-contained and implemented on separate Hardware from, and fully TS-05 Requirement #2-3 independent of, the zone controller function at the Zone 1 location listed above. The ORT Zone Subsystem at each of the four locations above shall provide sufficient storage (see section 3.6.2 below) and perform the processing described below for a four (4) hour period every weekday morning and a four (4) hour period every weekday afternoon with traffic volumes of 2,200 vehicles per travel lane per hour. TS-05 Requirement #2-4

For example, Zone 1 Eastbound/Westbound (reversible, with two travel lanes and a shoulder) is required to process and store the resulting data for up to 35,200 vehicle crossings per day. The operating hours above shall be fully configurable by a Department user(s) from the Host Subsystem described in the TS-04 TS-05 Requirement #2-5 document. The Contractor shall furnish, install and maintain all other Hardware, associated mounting fixtures, cabling, conduit, boxes and TS-05 Requirement #2-6 other items to form a fully functional ORT Zone Subsystem that meets all Requirements specified in this TS 05 document and elsewhere in the contract documents. The Contractor shall provide all Maintenance of Traffic for all Toll System work at the four ORT Zone Subsystem locations listed above. Such work includes but is not limited to installation of gantry Equipment; installation, tuning and certification of AVI TS-05 Requirement #2-7 Equipment; installation and tuning of pavement sensors; work related to the Host Subsystem (described in the TS-04 document); work related to the Video Audit Subsystem (described in the TS-06 document); and work related to the Maintenance Online Management Subsystem (described in the TS-07 document). As shown in RFP Attachment H, the Department will provide an Equipment shelter for Toll System use at the ORT zone location on I-64 and will not provide an Equipment shelter at the Registry locations. A cabinet will be provided at each Registry location for the Contractor’s use. Hardware and associated installation Requirements are specified in the TS-03 document for every location where Toll System Equipment is to be installed. 3. Subsystem Function & Performance

Page 109 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Offeror shall include in their Proposal a summary, of no more than one (1) page-side, listing all their previous open road tolling zone installation, (major and minor) upgrade and replacement work within the last five years. The ORT Zone Subsystem shall be fully integrated with the Host Subsystem, Video Audit Subsystem and Maintenance Online TS-05 Requirement #3-1 Management Subsystem. The ORT Zone Subsystem shall be integrated with a primary and secondary network time protocol (NTP) server and these shall be TS-05 Requirement #3-2 the same as for all other Toll System elements. The ORT Zone Subsystem shall immediately recover from all instances of vehicles backing up through the zone and this activity shall TS-05 Requirement #3-3 not impact the detection, classification and recording of other vehicles travelling in the zone. The ORT Zone Subsystem shall cause the Maintenance Online Management Subsystem (see the TS-07 document) to log, store and TS-05 Requirement #3-4 send an alert in the event of any element failure or degradation in performance.

The ORT Zone Subsystem shall provide an “open mode” of operation and a “Maintenance mode” of operation. Such mode shall TS-05 Requirement #3-5 be selectable by location at any time and the ORT Zone Subsystem shall provide for a Department user to make such selection.

When a location is operating in “open mode”, the ORT Zone Subsystem shall send all Vehicle Records and all license plate image TS-05 Requirement #3-6 files from that location to the Host Subsystem and indicate that they were sent while the location was in open mode.

When a location is operating in “Maintenance mode”, the ORT Zone Subsystem shall send all Vehicle Records and all license plate TS-05 Requirement #3-7 image files from that location to the Host Subsystem and indicate that they were sent while the location was in Maintenance mode.

When a location is operating in “Maintenance mode”, the ORT Zone Subsystem shall cause the Maintenance Online Management TS-05 Requirement #3-8 Subsystem (see the TS-07 document) to log, store and send an alert at given intervals stating that this location is in Maintenance mode, where the given interval shall be configurable by a Department user(s). The ORT Zone Subsystem is not required to: - Classify vehicles based on axle counts or dual tire detection - Measure vehicle speeds The Contractor may choose to provide some or all of these functions to make the Contractor’s manual operations work more efficient. Such operations work is detailed in TS-02.

Requirements for notifying on-site enforcement personnel of AVI transponder switch settings are detailed in section 3.5 below.

Integration of the ORT Zone Subsystem with the: - Host Subsystem is described below and in the TS-04 document - Video Audit Subsystem is described in the TS‑06 document - Maintenance Online Management Subsystem is described below and in the TS-07 document. 3.1 Vehicle Detection and Volumetric Classification The Offeror shall include in their Proposal a summary of no more than two (2) page-sides, detailing their proposed vehicle detection and classification solution. This summary shall list the toll agencies and locations where they have installed similar vehicle detection and classification. The Offeror shall describe any differences in that version or configuration from the one proposed here.

Page 110 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The ORT Zone Subsystems shall provide vehicle detection and classification function at the locations specified in section 2 above. Vehicle classification shall be based on vehicle volumetrics (vehicles are classified differently based on the vehicle’s mass and shape). The ORT Zone Subsystem shall create Vehicle Records based on this vehicle detection and classification as described in section 3.6.1 below. The ORT Zone Subsystem shall detect and classify all vehicles, travelling in stop and go and bumper-to-bumper traffic, traveling at TS-05 Requirement #3.1-1 speeds up to 100 mph, and shall separate vehicles spaced as close as three (3) feet apart. TS-05 Requirement #3.1-2 Such vehicles include but are not limited to cars, light trucks, vans, motorcycles, buses and motorhomes. The ORT Zone Subsystem shall provide sufficient sensors to accurately detect and classify each vehicle passing through the ORT TS-05 Requirement #3.1-3 Zone Subsystem location anywhere on the roadway, including the shoulder areas. TS-05 Requirement #3.1-4 The ORT Zone Subsystem shall detect any vehicle towing a trailer and treat the combination as a single vehicle. TS-05 Requirement #3.1-5 The ORT Zone Subsystem shall detect any vehicle towing another vehicle and treat the combination as a single vehicle. The ORT Zone Subsystem shall detect any vehicle equipped with a snow plow, hitch mounted platform or hitch mounted bicycle TS-05 Requirement #3.1-6 carrier and treat the combination as a single vehicle. The vehicle detection and classification function shall be configurable by Department users and the tuning of parameters shall be TS-05 Requirement #3.1-7 performed via a remote configuration interface with role-based authentication. The Toll System shall support vehicle classification structures based on vehicle volumetrics (vehicles with the same number of axles TS-05 Requirement #3.1-8 are classified differently based on the vehicle’s mass and shape) and shall determine the toll rate based on the classification and the toll rate in effect at the time of the vehicle passage through the tolling location. The Toll System shall be able to correctly identify motorcycles and buses and apply the appropriate Business Rules for transaction TS-05 Requirement #3.1-9 processing, including 100% discounted toll rates for these vehicles. 3.2 Image Capture The Offeror shall include in their Proposal a summary of no more than two (2) page-sides, detailing their proposed image capture solution. This summary shall describe all Toll System lighting elements related to the image capture function. This summary shall describe the number of images per vehicle, image resolution, average file size, file type and format produced by the proposed image capture function (prior to ALPR). This summary shall list the toll agencies and locations where they have installed similar lighting and image capture Equipment. The Offeror shall describe any differences in that version or configuration from the cameras, lighting, triggering mechanism, level of redundancy, etc. proposed here. The ORT Zone Subsystems shall provide image capture function at the locations specified in section 2 above.

This image capture function shall include but is not limited to cameras, camera enclosures, camera enclosure climate control and TS-05 Requirement #3.2-1 Equipment protection elements, camera lighting, camera triggering mechanism, and light sensors necessary to adjust image brightness and contrast to accommodate varying weather and ambient light conditions during all periods of toll collection.

This image capture function shall provide all lighting necessary to meet the specified levels of performance, regardless of ambient TS-05 Requirement #3.2-2 conditions at the time of installation or in the future. Such provided lighting shall not distract motorists travelling in either direction of the reversible or general purpose lanes and the TS-05 Requirement #3.2-3 Department shall solely determine whether lighting meets this criterion. Such provided lighting shall not disturb nearby property owners and the Department shall solely determine whether lighting meets TS-05 Requirement #3.2-4 this criterion.

Page 111 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The ORT Zone Subsystem shall automatically adjust, with or without traffic, its cameras to accommodate varying light and weather TS-05 Requirement #3.2-5 conditions to maintain adequate brightness and contrast settings.

The ORT Zone Subsystem shall produce an image of 99.99 percent (99.99%) of the rear vehicles, including the license plate if TS-05 Requirement #3.2-6 present, for vehicles passing through the ORT Zone Subsystem location anywhere on the roadway, including the shoulder areas.

Each such image shall: a) Be a color image, regardless of ambient lighting conditions b) Be in a digital image format that is widely used by consumers c) Show all full-height characters in the plate identifier (often referred to as the “plate number”) field of the license plate TS-05 Requirement #3.2-7 with at least 10 pixels of resolution in the vertical direction d) Show the entire width of the license plate with at least 150 pixels of resolution in the horizontal direction e) Result in Automatic License Plate Recognition performance as specified in section 3.3 below f) Be fully suitable for manual review This image capture function shall meet all specified performance levels in all traffic conditions including but not limited to vehicles travelling with a separation of three (3) or more feet apart: TS-05 Requirement #3.2-8 a) In stop and go, “bumper to bumper” traffic b) At all speeds up to 100 miles per hour

The ORT Zone Subsystem shall provide all image capture functions above and meet all performance Requirements during:

a) Normal operation b) Excessive glare conditions c) Any other ambient lighting conditions d) Any weather conditions e) Concurrent operation of police radios, citizen band radios, mobile phones and other radio systems allowed or licensed TS-05 Requirement #3.2-9 by the FCC f) Concurrent operation of current or future roadside lighting and other electrically powered items g) Failure of any single camera h) Failure of any single (camera) lighting field replaceable unit i) Failure of any single (camera) triggering mechanism field replaceable unit j) Failure of any single (camera) light sensor k) Failure of any other single field replaceable unit including but not limited to server Hardware, network switch, uninterruptible power supply, cable, etc. The ORT Zone Subsystem shall successfully transmit 100% of all license plate images to the Host Subsystem within four (4) hours of TS-05 Requirement #3.2-10 when the subject vehicle travelled through the ORT zone. The ORT Zone Subsystem shall have sufficient storage to meet the image retention Requirements including if the solution contains TS-05 Requirement #3.2-11 redundant cameras or multiple image triggers per vehicle or any combination thereof. Images saved during a loss of communication event shall be flagged and subsequently matched with the correct transaction data TS-05 Requirement #3.2-12 when communication resumes. This matching shall not degrade transaction throughput. Association of captured images with Vehicle Records is described in section 3.6.1 below. 3.3 Automatic License Plate Recognition (ALPR)

Page 112 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

The Offeror shall include in their Proposal a summary of no more than two (2) page-sides, detailing their proposed ALPR solution.

This summary shall describe all proposed ALPR function. This summary shall list the toll agencies and locations where they have installed similar ALPR function and any differences in that version or configuration from the system proposed here. This summary shall describe the measured performance of these previous installations in terms of:

a) The names of the license plate issuing jurisdictions that such previous installation is fully tuned to operate with

b) Such previous installation’s ability to correctly determine all attributes (e.g. issuing jurisdiction, license plate type and license plate identifier of all license plates from such jurisdictions) c) Such previous installation’s ability to correctly determine that other plates were not issued by these jurisdictions This summary shall describe the extent to which the data fields for license plate issuing jurisdiction, license plate type and license plate identifier in the proposed solution conform to other systems at the national (e.g. NLETS) and state level. The ORT Zone Subsystems shall provide ALPR function at the locations specified in section 2 above. This ALPR function shall include but is not limited to server Hardware, operating systems, COTS Software, automatic license plate TS-05 Requirement #3.3-1 recognition Software and communications Equipment.

TS-05 Requirement #3.3-2 Such server Hardware shall be enterprise grade platforms. Personal computers and workstation-type systems are not permitted.

If a vehicle has two license plates, this ALPR function shall extract the license plate’s issuing jurisdiction, the license plate type and TS-05 Requirement #3.3-3 the license plate identifier (often referred to as the “plate number”) from each license plate. This ALPR function shall extract all full-height alphanumeric characters, all stacked (half-height) alphanumeric characters and all TS-05 Requirement #3.3-4 special characters on the license plate. This ALPR function shall produce a region of interest image showing the rear license plate of all vehicles that pass through the ORT TS-05 Requirement #3.3-5 Zone Subsystem location anywhere in the ORT Zone on the roadway, including the shoulder areas.

This ALPR function shall successfully extract the license plate’s issuing jurisdiction, the license plate type and the license plate TS-05 Requirement #3.3-6 identifier (often referred to as the “plate number”) from ninety-five percent (95%) of all license plates issued by Delaware, District of Columbia, Maryland, North Carolina, Pennsylvania, New Jersey, , Virginia and West Virginia.

This ALPR function shall successfully extract the license plate’s issuing jurisdiction, the license plate type and the license plate identifier (often referred to as the “plate number”) from license plates issued by other jurisdictions and correctly identify in eighty TS-05 Requirement #3.3-7 percent (80%) of all U.S. license plates not issued by Delaware, District of Columbia, Maryland, North Carolina, Pennsylvania, New Jersey, New York, Virginia and West Virginia. This ALPR function shall determine the statistical confidence level of each such extraction and include this metric as part of the TS-05 Requirement #3.3-8 ALPR information. This ALPR function shall associate such extracted license plate information and related statistical confidence level information with TS-05 Requirement #3.3-9 only the correct Vehicle Record.

TS-05 Requirement #3.3-10 This ALPR function shall evaluate all rear license plates of vehicles travelling in the ORT Zone using the most recent hot list file.

This ALPR function shall cause the Maintenance Online Management Subsystem (see the TS-07 document) to log, store and send an TS-05 Requirement #3.3-11 alert every time it extracts a license plate number matching one from the most recent hot list file.

Page 113 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* This ALPR function shall directly send an additional message to the Primary Host – VDOT Hampton Roads Traffic Operations TS-05 Requirement #3.3-12 Center Such message shall: a) Be sent within two (2) minutes of the respective vehicle’s passage through the ORT zone location TS-05 Requirement #3.3-13 b) Contain the ORT zone identifier, time and date of passage, ALPR information and hot list file identifier c) Have the associated license plate image files attached, including the region of interest license plate image file This ALPR function shall cause the Maintenance Online Management Subsystem (see the TS-07 document) to log, store and send an TS-05 Requirement #3.3-14 alert each time the image quality degrades (using ALPR automation rate as a metric) and the ALPR automation rate drops below a configurable threshold. This ALPR function shall provide remote ALPR subsystem setup, configuration, tuning and problem determination and correction TS-05 Requirement #3.3-15 capabilities and other ALPR subsystem support functions to Department users. All automated machine processing of license plate image files shall be completed at the same ORT Zone Subsystem location where TS-05 Requirement #3.3-16 the image was originally captured (see section 3.2 above). Such processing shall be completed prior to any transmission of such image file on the Department’s wide area network. Each stored item above shall be stored in a manner that makes it easy for a Department user(s) to search for it, locate it, display it, TS-05 Requirement #3.3-17 make a copy of it in .pdf file format and email it as a .pdf file. The ORT Zone Subsystem shall provide all ALPR functions above and meet all performance Requirements during: a) Normal operation b) Excessive glare conditions c) Any other ambient lighting conditions d) Any weather conditions e) Concurrent operation of police radios, citizen band radios, mobile phones and other radio systems allowed or licensed by the FCC TS-05 Requirement #3.3-18 f) Concurrent operation of current or future roadside lighting and other electrically powered items g) Failure of any single camera h) Failure of any single (camera) lighting field replaceable unit i) Failure of any single (camera) triggering mechanism field replaceable unit j) Failure of any single (camera) light sensor k) Failure of any other single field replaceable unit including but not limited to server Hardware, network switch, uninterruptible power supply, cable, etc. Association of ALPR data with Vehicle Records is described in section 3.6.1 below. 3.4 Automatic Vehicle Identification (AVI)

The Offeror shall include in their Proposal a summary of no more than two (2) page-sides, detailing their proposed AVI solution.

This summary shall describe all proposed AVI function and detail the number of lane kits and AVI reader backplane field replaceable units by using a sketch for each ORT Zone of how these will be arranged and connected. This summary shall describe the Offeror’s experience working with the AVI Equipment required by the E‑ZPass Group and their working relationship with its manufacturer(s).

Page 114 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* This summary shall list the toll agencies and locations where the Offeror has interfaced to Kapsch Janus MPR or MPR2 AVI readers for open road tolling zones accepting E-ZPass. The Offeror shall describe any differences in the version or configuration from the system proposed here. This summary shall list the toll agencies and locations where the Offeror has used Kapsch Janus MPR or MPR2 AVI readers to write data onto motorists’ transponders at highway speeds. This summary shall describe the Offeror’s experience working with the file specifications of the E‑ZPass Group and their installations where they built and successfully tested interfaces to meet these specifications.

The ORT Zone Subsystems shall provide automatic vehicle identification (AVI) function at the locations specified in section 2 above.

The Contractor shall implement all AVI function using the E-ZPass Group (formerly the Inter-Agency Group or IAG) approved TS-05 Requirement #3.4-1 Interface Control Document and the ORT Zone Subsystem will store all information provided by this interface. This AVI function shall meet all of the technical and operational Requirements of the E-ZPass Group that are in effect on November TS-05 Requirement #3.4-2 1, 2016 and be in accordance with the written recommendation of the original Equipment manufacturer specific to each of the four ORT Zones listed in section 2 above.

This AVI function shall buffer transponder reads in the reader assembly when communications with the zone controller function TS-05 Requirement #3.4-3 (see section 3.6 below) is unavailable and transmit those reads to the zone controller when communications is restored.

This AVI function shall read the E-ZPass transponder of 99.99 percent (99.99%) of all vehicles travelling in the ORT Zone with a TS-05 Requirement #3.4-4 properly mounted transponder and associate said information with only the correct Vehicle Record. 100% of all such transponder reads shall be reported to the respective zone controller (see section 3.6 below) or registry server TS-05 Requirement #3.4-5 (see section 3.7 below). This AVI function shall accurately read and maintain a record of all such transponders where more than one E-ZPass transponder is TS-05 Requirement #3.4-6 present in a vehicle and associate this information with only the correct Vehicle Record. This AVI function shall accurately read and maintain a record of any interoperable but non-E-ZPass transponder(s) present in a TS-05 Requirement #3.4-7 vehicle and associate this information with only the correct Vehicle Record. This AVI function shall be tuned such that the transponders of vehicles travelling on the shoulder and roadway serving the general TS-05 Requirement #3.4-8 purpose lanes in the same or opposite direction of travel are not reported by the AVI function. This AVI function shall write ORT zone identifier, time and date of passage; and area(s) of the ORT zone that the vehicle travelled TS-05 Requirement #3.4-9 through onto the E-ZPass transponder of 99.9 percent (99.9%) of all vehicles travelling in the ORT Zone with a properly mounted transponder.

TS-05 Requirement #3.4-10 This AVI function shall accurately write to all such transponders where more than one E-ZPass transponder is present in a vehicle.

This AVI function shall be tuned such that the transponders of vehicles travelling on the shoulder and roadway serving the general TS-05 Requirement #3.4-11 purpose lanes in the same or opposite direction of travel are not written to by the AVI function. Such E-ZPass transponders shall include all those that are mounted in accordance with the transponder manufacturer’s recommendations including but not limited to those: a) Mounted to the interior of the windshield TS-05 Requirement #3.4-12 b) Mounted at the top of the vehicle’s front license plate

c) Mounted to the vehicle’s roof, on the centerline and a minimum of three inches (3”) from the front edge of the roof

Page 115 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* Such vehicles shall include all cars, buses and light trucks that pass through the ORT Zone anywhere on the roadway, including the TS-05 Requirement #3.4-13 shoulder areas. Such vehicles shall include but not be limited to all those that pass through the respective ORT Zone in stop and go traffic TS-05 Requirement #3.4-14 congestion, at normal highway speeds and at any speed up to 100 miles per hour. This AVI function shall evaluate all E-ZPass transponders in or on vehicles travelling in the ORT Zone using the most recent hot list TS-05 Requirement #3.4-15 file. This AVI function shall cause the Maintenance Online Management Subsystem (see the TS-07 document) to log, store and send an TS-05 Requirement #3.4-16 alert every time such an E‑ZPass transponder matches one from the most recent hot list file. This AVI function shall directly send an additional message to the Primary Host – VDOT Hampton Roads Traffic Operations Center TS-05 Requirement #3.4-17 every time such an E-ZPass transponder matches one from the most recent hot list file. Such message shall: a) Be sent within fifteen (15) seconds of the respective vehicle’s passage through the ORT zone location TS-05 Requirement #3.4-18 b) Contain the ORT zone identifier, time and date of passage, AVI information and hot list file identifier c) Have the associated license plate image files attached, including the region of interest license plate image file This AVI function shall provide remote AVI subsystem setup, configuration, tuning and problem determination and correction TS-05 Requirement #3.4-19 capabilities and other AVI subsystem support functions to Department users. The ORT Zone Subsystem shall provide all AVI functions above and meet all performance Requirements during: a) Normal operation b) Any weather conditions c) Concurrent operation of police radios, citizen band radios, mobile phones and other radio systems allowed or licensed by the FCC TS-05 Requirement #3.4-20 d) Concurrent operation of current or future roadside lighting and other electrically powered items e) Failure of any single AVI lane kit f) Failure of any single AVI antenna cable

g) Failure of any other single field replaceable unit including but not limited to server Hardware, network switch, cable, etc.

This AVI function shall, under all circumstances, provide the performance levels required herein or better and no relief in such TS-05 Requirement #3.4-21 performance shall be provided for FCC licensing.

The Contractor shall use JANUS MPR2 (IAG protocol) AVI reader backplanes and IAG-3 lane kits specified in the E-ZPass Group TS-05 Requirement #3.4-22 contract for all AVI function in Factory Acceptance Test activities. No other backplane or lane kit elements are permitted.

The Contractor shall furnish and install JANUS MPR2 (IAG protocol) AVI reader backplanes and IAG-3 lane kits specified in the E- TS-05 Requirement #3.4-23 ZPass Group contract for all AVI function. No other backplane or lane kit elements are permitted. The Contractor shall hire and manage Kapsch (the original Equipment manufacturer) to tune and certify that the AVI read and write TS-05 Requirement #3.4-24 functions operate in accordance with E-ZPass Group performance Requirements at each of the four ORT Zone Subsystem locations specified in section 2 above. The Department will issue a letter allowing the Contractor to purchase E-ZPass Group compliant backplane elements, lane kit elements and related services from the original Equipment manufacturer (i.e. Kapsch). Association of AVI data with Vehicle Records is described in section 3.6.1 below. 3.5 HOV Beacon

Page 116 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The ORT Zone Subsystem shall provide a High Occupancy Vehicle (HOV) beacon over each travel lane in the ORT Zone to alert nearby police that a vehicle declaring HOV status has just travelled through the lane. This HOV beacon function shall include but is not limited to server Hardware, operating systems, COTS Software, beacon field TS-05 Requirement #3.5-1 replaceable units and communications Equipment.

TS-05 Requirement #3.5-2 Such server Hardware shall be enterprise grade platforms. Personal computers and workstation-type systems are not permitted.

TS-05 Requirement #3.5-3 This HOV beacon function shall provide a light located over the center of each travel lane and facing downstream. Each such light shall be a field replaceable unit consisting of a matrix of light emitting diodes intended for use in roadside Equipment TS-05 Requirement #3.5-4 or industrial use in harsh conditions. Each such field replaceable unit shall have a mean time between failure of 40,000 hours or more, where failure includes but is not TS-05 Requirement #3.5-5 limited to loss or degradation of ten percent (10%) or more of the light emitting diodes. This HOV beacon function shall flash the light over the corresponding lane whenever the following occurs: a) Any switchable E-ZPass transponder with its switch set to indicate HOV status is read (see section 3.4 above) by the ORT Zone Subsystem

TS-05 Requirement #3.5-6 b) The transponder status file received from the VDOT E-ZPass Customer Service Center by the Host Subsystem declares the transponder an HOV (e.g. a passenger car with metallized windshield and an externally mounted transponder)

c) The transponder in/on the vehicle is programmed with an E-ZPass Group vehicle class that is always considered an HOV on I-64 (e.g. motorcycle, bus) The specific number and duration of flashes (“flash sequence”) resulting from each such transponder read shall be configurable by a Department user(s). For example, the HOV beacon function could be configured to illuminate the beacon light for one (1) second, TS-05 Requirement #3.5-7 go dark for one (1) second and then illuminate the beacon light again for one (1) second each time a switchable transponder set to indicate HOV passes through the lane.

TS-05 Requirement #3.5-8 The flash sequence shall commence one (1) second or less after each such E‑ZPass transponder is first read by the AVI reader.

There shall be one flash sequence each time such an E-ZPass transponder travels through any location specified in section 2 above. TS-05 Requirement #3.5-9 More than one flash sequence for a single transaction through a single location is not permitted. This HOV beacon function shall cause the Maintenance Online Management Subsystem (see the TS-07 document) to log, store and send an alert whenever one of its light field replaceable units experiences a loss or degradation of ten percent (10%) or more of the light emitting diodes. TS-05 Requirement #3.5-10 Where detecting such loss or degradation is not practical, this HOV beacon function shall cause the Maintenance Online Management Subsystem to monitor the time in service of each of its light field replaceable units and generate a work order for the preventive Maintenance replacement of each after a number of service hours, where the number of service hours shall be configurable by a Department user(s). This HOV beacon function shall cause the Maintenance Online Management Subsystem (see the TS-07 document) to log, store and TS-05 Requirement #3.5-11 send an alert when a number of transponders indicating HOV status are read without an intervening transponder indicating non- HOV status. Such number shall be configurable by a Department user(s). This HOV beacon function shall cause the Maintenance Online Management Subsystem (see the TS-07 document) to log, store and TS-05 Requirement #3.5-12 send an alert when a number of transponders indicating non-HOV status are read without an intervening transponder indicating HOV status. Such number shall be configurable by a Department user(s).

Page 117 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The ORT Zone Subsystem shall provide all HOV Beacon function above and meet all performance Requirements during: a) Normal operation b) Excessive glare conditions c) Any other ambient lighting conditions d) Any weather conditions TS-05 Requirement #3.5-13 e) Concurrent operation of police radios, citizen band radios, mobile phones and other radio systems allowed or licensed by the FCC f) Concurrent operation of current or future roadside lighting and other electrically powered items g) Failure of any other single field replaceable unit including but not limited to server Hardware, network switch, uninterruptible power supply, cable, etc. excluding failure of a beacon field replaceable unit itself and the cable connecting it to the zone controller. 3.6 Zone Controller The ORT Zone Subsystems shall provide zone controller function at the locations specified in section 2 above. Such zone controller function shall include redundancy such that when any Hardware element or process on the primary controller fails, preventing it from processing vehicles and creating transactions, the secondary controller shall automatically assume the TS-05 Requirement #3.6-1 functions of the primary controller. Only one controller at a time shall generate transactions and such fail-over shall cause all such processing to immediately and completely move from one controller to the other. The ORT Zone Subsystem shall automatically execute all such failovers with no loss of revenue or transactions and such processing TS-05 Requirement #3.6-2 shall not require the restart of any Toll System elements or manual intervention. The ORT Zone Subsystem shall cause the Maintenance Online Management Subsystem (see the TS-07 document) to log, store and TS-05 Requirement #3.6-3 issue an alert immediately upon such failover. The ORT Zone Subsystem shall provide for Department users to manually and remotely failover the active controller to and from TS-05 Requirement #3.6-4 the primary controller to the secondary controller. The ORT Zone Subsystem shall cause the Maintenance Online Management Subsystem (see the TS-07 document) to log, store and issue an alert immediately for all such events. 3.6.1. Association This zone controller function shall create an electronic record of each vehicle that travels in the respective ORT zone (a “Vehicle Record”), where these vehicles include but are not limited to vehicles with: a) A rear license plate and an E-ZPass transponder TS-05 Requirement #3.6.1-1 b) A rear license plate and no E-ZPass transponder c) No rear license plate and an E-ZPass transponder d) No rear license plate and no E-ZPass transponder This zone controller function shall track all vehicles concurrently present in the ORT Zone and create a corresponding Vehicle TS-05 Requirement #3.6.1-2 Record for each. In 100% of all cases, this zone controller function shall create one and only one Vehicle Record for each vehicle that passes through TS-05 Requirement #3.6.1-3 the ORT Zone anywhere on the roadway, including the shoulder areas. Such Vehicle Record shall contain the following: a) ORT zone identifier TS-05 Requirement #3.6.1-4 b) Time and date of passage c) Areas of the ORT zone that the vehicle travelled through including but not limited to the lane number(s), straddling and shoulder involvement

Page 118 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* d) An indicator of whether the ORT Zone Subsystem was in open mode or Maintenance mode e) All associated ALPR data, as described in section 3.3 above f) All associated AVI data, as described in section 3.4 above g) All associated vehicle detection and volumetric data This zone controller function shall correctly associate all license plate image files, including the license plate region of interest image TS-05 Requirement #3.6.1-5 file, and the Vehicle Record with 99.95 percent (99.95%) accuracy. Such Vehicle Record shall contain the full name of all license plate image files, including the license plate region of interest image file, TS-05 Requirement #3.6.1-6 showing the subject vehicle’s passage (as described in section 3.2 above). Such Vehicle Record shall contain the Automatic License Plate Recognition data derived from these license plate image files (as TS-05 Requirement #3.6.1-7 described in section 3.3 above). This zone controller function shall correctly associate the Automatic License Plate Recognition data and Vehicle Record with 99.95 TS-05 Requirement #3.6.1-8 percent (99.95%) accuracy. This zone controller function shall correctly associate Automatic Vehicle Identification data and Vehicle Record with 99.95 percent TS-05 Requirement #3.6.1-9 (99.95%) accuracy.

Such Automatic Vehicle Identification data (as described in section 3.4 above) includes but is not limited to the issuing agency, the TS-05 Requirement #3.6.1-10 transponder serial number, the vehicle class information programmed onto the transponder, HOV switch related information previously written to the transponder and the current position of the transponder’s HOV switch, if so equipped.

This zone controller function shall compare the AVI data in each Vehicle Record with the transponder status file information (see TS-05 Requirement #3.6.1-11 section 3.6.4 below). Such Vehicle Record shall contain the transponder status file identifier used for this comparison and indicate the status of the TS-05 Requirement #3.6.1-12 transponder obtained from this transponder status file. Such Vehicle Record shall include data describing any alert(s) issued as a result of such a transponder status file evaluation of AVI TS-05 Requirement #3.6.1-13 data. TS-05 Requirement #3.6.1-14 Such Vehicle Record shall be transmitted to, and used by, the Video Audit Subsystem described in the TS-06 document. 3.6.2. Storage Traffic volumes for each ORT zone are specified in section 2 above. The ORT Zone Subsystem at each location shall operate in a stand-alone mode for a minimum of thirty (30) days without manual TS-05 Requirement #3.6.2-1 intervention if communications to the Host Subsystem, Video Audit Subsystem and/or Maintenance Online Management Subsystem is down. TS-05 Requirement #3.6.2-2 Each zone controller shall store all Vehicle Records (see section 3.6.1 above) for at least thirty (30) days. Each such Vehicle Record shall indicate when such record was successfully transmitted to the Host Subsystem (as described in TS-05 Requirement #3.6.2-3 section 3.6.4 below). Each such Vehicle Record shall indicate when the associated license plate image files were successfully transmitted to the Host TS-05 Requirement #3.6.2-4 Subsystem (as described in section 3.6.4 below). Each zone controller shall store all license plate image files, including license plate region of interest image files, for at least thirty TS-05 Requirement #3.6.2-5 (30) days.

Each zone controller shall automatically erase each license plate image file after a given time period following its creation, where TS-05 Requirement #3.6.2-6 such given time period is configurable by a Department user(s) and ranges from seven (7) days to four hundred (400) days.

Page 119 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* Each zone controller shall store each transponder status file at the time it is received and for at least seven (7) days after it is TS-05 Requirement #3.6.2-7 replaced. Each stored item in Requirements 3.6.2-1 through 3.6.2-7 above shall be stored in a manner that makes it easy for a Department TS-05 Requirement #3.6.2-8 user(s) to search for it, locate it, display it, make a copy of it in a file format that is commonly used commercially and email it in this format. When storage capacity reaches a configurable utilization percentage (for example 80%), the ORT Zone Subsystem shall cause the TS-05 Requirement #3.6.2-9 Maintenance Online Management Subsystem to log, store and issue an alert. 3.6.3. Communications within the ORT Zone Subsystem All communications between all image capture elements, all ALPR elements, all AVI elements and all zone controller elements of the TS-05 Requirement #3.6.3-1 ORT Zone Subsystem shall use guaranteed transmission protocols. All communications between all image capture functions, all ALPR functions, all AVI functions and all zone controller functions shall be stored in a manner that makes it easy for a Department user(s) to search for a data communication or period of TS-05 Requirement #3.6.3-2 communications, locate the communication(s) in the log, display that part of the log, make a copy of that part of the log in .pdf file format and email it as a .pdf file. 3.6.4. Communications with Host Subsystem This zone controller function shall receive all transponder status file information from the Host Subsystem as specified in the TS-04 TS-05 Requirement #3.6.4-1 document. This zone controller function shall cause the Maintenance Online Management Subsystem (see the TS-07 document) to log and TS-05 Requirement #3.6.4-2 store a notification whenever a transponder status file is received, updated or replaced at a location. This zone controller function shall cause the Maintenance Online Management Subsystem (see the TS-07 document) to log, store TS-05 Requirement #3.6.4-3 and send an alert each time a transponder status file is not updated or replaced within a given time period, where such time period shall be configurable on the Toll System by the Department. This zone controller function shall cause the Maintenance Online Management Subsystem (see the TS-07 document) to log, store TS-05 Requirement #3.6.4-4 and send an alert each time a transponder status file is received in un-useable form or a replacement file varies from the size of its predecessor by 3% or more. This log shall include the update or replacement transponder status file’s unique identifier; the time and date it was successfully received from the Host Subsystem; the first Vehicle Record number, time and date where it was used to create a Vehicle Record; TS-05 Requirement #3.6.4-5 the last Vehicle Record number, time and date where it was used before being replaced; and the unique identifier of the update that replaced it. In 100% of all cases, this zone controller function shall use a transponder status file for all related activities starting five (5) minutes TS-05 Requirement #3.6.4-6 or less after it is received from the Host Subsystem. Use of this transponder file shall continue until the next transponder status file is ready for use at this location. This zone controller function shall complete and forward 100% of all Vehicle Records (as described in sections 3.6.1 and 3.6.2 TS-05 Requirement #3.6.4-7 above) to the Host Subsystem within two (2) hours of the subject vehicle travelling through the ORT zone and log such transmission. This zone controller function shall cause the Maintenance Online Management Subsystem (see the TS-07 document) to log, store TS-05 Requirement #3.6.4-8 and send an alert each time a Vehicle Record is not sent within a given time period, where such time period shall be configurable on the Toll System by the Department.

Page 120 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

This zone controller function shall complete and forward 100% of all license plate image files (as described in section 3.6.2 above) to TS-05 Requirement #3.6.4-9 the Host Subsystem within four (4) hours of the subject vehicle travelling through the ORT zone and log such transmission.

The Toll System shall provide for manual on-site loading of Transponder Status Files from a laptop or similar portable device to the ORT Zone Subsystem at each location where that subsystem is located. The Toll System shall assess the likely usability of these files TS-05 Requirement #3.6.4-10 and, if positive, begin using these files within ten (10) minutes of the laptop’s or portable device’s connection. The Toll System shall automatically synchronize and resume all list related functions when network connections are restored.

The Toll System shall provide for manual on-site loading of Vehicle Records and license plate image files from the ORT Zone Subsystem at each location where that subsystem is located to a laptop or similar portable device. The Toll System shall TS-05 Requirement #3.6.4-11 automatically synchronize, flag these transactions as having been manually loaded and resume all Vehicle Record and license plate image file related functions when network connections are restored. 3.6.5. Communication with E-ZPass CSC

No direct communications between the ORT Zone Subsystems and VDOT’s E-ZPass Customer Service Center are permitted.

3.6.6. Fault Tolerance

Each ORT Zone Subsystem shall provide all zone controller functions above and meet all performance Requirements during:

a) Normal operation b) Any weather conditions TS-05 Requirement #3.6.6-1 c) Concurrent operation of police radios, citizen band radios, mobile phones and other radio systems allowed or licensed by the FCC d) Concurrent operation of current or future roadside lighting and other electrically powered items e) Failure of any other single field replaceable unit including but not limited to server Hardware, network switch, cable, etc. and only excluding failure of an AVI reader backplane field replaceable unit. The zone controller shall obtain all COTS Hardware status information and all COTS Software status information of each ORT Zone Subsystem element, as specified by the respective manufacturer, no less often than every five minutes and cause the TS-05 Requirement #3.6.6-2 Maintenance Online Management Subsystem (see the TS-07 document) to log, store and send an alert in the event of any element failure or degradation in performance. Upon start up, the zone controller shall perform a self-diagnostics test to ensure full Toll System function and performance and TS-05 Requirement #3.6.6-3 cause the Maintenance Online Management Subsystem (see the TS-07 document) to log, store and send an alert in the event of any failure or degradation in performance. Upon start up, the zone controller shall query the Host Subsystem to verify that it has the latest transponder status file and any other information needed. If the zone controller does not have the latest transponder status file, the zone controller shall request TS-05 Requirement #3.6.6-4 such file from the Host Subsystem. The zone controller shall cause the Maintenance Online Management Subsystem (see the TS-07 document) to log, store and send an alert each time an ORT Zone Subsystem starts up without the latest transponder status file and is unable to obtain such file within ten (10) minutes of commencing start up.

Page 121 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The zone controller shall provide an automated means of synchronizing the zone controller with the Host Subsystem in all TS-05 Requirement #3.6.6-5 scenarios including but not limited to replacement of any zone controller, loss of any communications and catastrophic loss of any zone controller(s) where data is not retrievable from the ORT zone location. The Contractor shall design or select all ORT Zone Subsystem Hardware and Software to provide comprehensive status information. Each ORT Zone Subsystem shall obtain this status information no less often than every five minutes and cause the TS-05 Requirement #3.6.6-6 Maintenance Online Management Subsystem (see the TS-07 document) to log, store and send an alert in the event of any element failure or degradation in performance. 3.7 Registry Server Vehicle detection, classification (vehicle volumetrics), image capture, ALPR, HOV beacon, data association, Transponder Status List and Video Audit Subsystem functions are not required at the Registry locations. A registry server is to be provided at these locations (instead of a zone controller). This registry server function shall create an electronic record of each vehicle that travels in the ORT zone (a “Vehicle Record”) at TS-05 Requirement #3.7-1 the Registry locations with a properly mounted E-ZPass transponder. TS-05 Requirement #3.7-2 Such Vehicle Record shall contain the Registry zone identifier and the time and date of passage.

TS-05 Requirement #3.7-3 Such Vehicle Record shall contain the Automatic Vehicle Identification data of the subject vehicle (as described in section 3.4 above).

Such Vehicle Record shall be the same format as in section 3.6 above and the ORT Zone Subsystem shall set the remaining fields to TS-05 Requirement #3.7-4 default values, indicating it came from a Registry location, as approved by the Department during the design phase.

This registry server function shall process, store and forward 100% of all such Vehicle Records to the Host Subsystem within two TS-05 Requirement #3.7-5 (2) hours of their creation and log such transmission. This registry server function shall cause the Maintenance Online Management Subsystem (see the TS-07 document) to log, store and TS-05 Requirement #3.7-6 send an alert each time a Vehicle Record is not sent within a given time period, where such time period shall be configurable on the Toll System by the Department.

TS-05 Requirement #3.7-7 All communications between all AVI functions and all registry server functions shall use guaranteed transmission protocols.

All communications between all AVI functions and all registry server functions shall be stored in a manner that makes it easy for a TS-05 Requirement #3.7-8 Department user(s) to search for a communication or period of communications, locate the communication(s) in the log, display that part of the log, make a copy of that part of the log in .pdf file format and email it as a .pdf file.

Additional registry servers are anticipated for scenarios including but not limited to audit of Host Subsystem algorithms (described further in the document TS-04); supplementing roadway sensor data; and temporary disaster recovery installations should there be a catastrophic loss at an ORT zone location. Such registry servers and installations are considered Extra Work.

4. System Integration Documents General Requirements for the System Integration design and testing documents are stated in TS-01: Project Management, Documentation, Design and Test Services. Additional Requirements specific to the ORT Zone Subsystem are as follows. 4.1 System Design Requirements (SDR) Document TS-05 Requirement #4.1-1 System Design Requirements (SDR) document.

Page 122 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* Requirements for the development, submittal, review and revision of the SDR document are detailed in TS-01. 4.2 System Design Design (SDD) Document The SDD document shall detail all Hardware and Software that implements the vehicle detection and classification function (see TS-05 Requirement #4.2-1 section 3.1 above).

TS-05 Requirement #4.2-2 The SDD document shall detail all Hardware and Software that implements the image capture function (see section 3.2 above).

TS-05 Requirement #4.2-3 The SDD document shall detail the Hardware and Software used to implement the ALPR function (see section 3.3 above).

TS-05 Requirement #4.2-4 The SDD document shall detail the Hardware and Software used to implement the AVI function (see section 3.4 above).

TS-05 Requirement #4.2-5 The SDD document shall detail the Hardware and Software used to implement the HOV beacon function (see section 3.5 above).

The SDD document shall detail the Hardware and Software used to implement the zone controller function (see section 3.6 above TS-05 Requirement #4.2-6 and its subsections).

TS-05 Requirement #4.2-7 The SDD document shall detail the Hardware and Software used to implement the registry server function (see section 3.7 above).

The SDD document shall detail all COTS Hardware and COTS Software in the ORT Zone Subsystems, all status information TS-05 Requirement #4.2-8 specified by the manufacturer for each and how this information is monitored by the zone controller function.

The SDD document shall detail all fault tolerance designed into the ORT Zone Subsystems and how function and performance are TS-05 Requirement #4.2-9 maintained in the event of any element failure or degradation in performance.

The SDD document shall detail how the ORT Zone Subsystems cause the Maintenance Online Management Subsystem (see the TS- TS-05 Requirement #4.2-10 07 document) to log, store and send an alert in the event of any element failure or degradation in performance.

The SDD document shall detail the guaranteed transmission protocol(s) between all image capture functions, all ALPR functions, all TS-05 Requirement #4.2-11 AVI functions and all zone controller functions and how such transmissions are stored, searched, displayed, copied and e-mailed.

The SDD document shall detail how all communications between all image capture functions, all ALPR functions, all AVI functions TS-05 Requirement #4.2-12 and all zone controller functions are stored, searched, displayed, copied and e-mailed. The SDD document shall detail zone controller function in those cases where a vehicle partially or fully enters the ORT zone and TS-05 Requirement #4.2-13 then partially or fully backs up through the ORT zone.

TS-05 Requirement #4.2-14 The SDD document shall detail the Hardware and Software used to implement all other ORT Zone Subsystems functions.

Requirements for the development, submittal, review and revision of the SDD document are detailed in TS-01. 4.3 Detailed Test Procedures The Detailed Test Procedures document shall state that Kapsch’s tuning and certification of the Automatic Vehicle Identification TS-05 Requirement #4.3-1 Equipment (see section 3.4 above) shall be successfully completed prior to the commencement of any Revenue Service Acceptance Test activities at any ORT Zone Subsystem location.

TS-05 Requirement #4.3-2 The Detailed Test Procedures document shall fully describe all testing of the image capture function (see section 3.2 above).

TS-05 Requirement #4.3-3 The Detailed Test Procedures document shall fully describe all testing of the ALPR function (see section 3.3 above).

Page 123 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* TS-05 Requirement #4.3-4 The Detailed Test Procedures document shall fully describe all testing of the AVI function (see section 3.4 above).

TS-05 Requirement #4.3-5 The Detailed Test Procedures document shall fully describe all testing of the HOV beacon function (see section 3.5 above).

The Detailed Test Procedures document shall fully describe all testing of the zone controller function (see section 3.6 above and its TS-05 Requirement #4.3-6 subsections).

TS-05 Requirement #4.3-7 The Detailed Test Procedures document shall fully describe all testing of the registry server function (see section 3.7 above).

TS-05 Requirement #4.3-8 The Detailed Test Procedures document shall fully describe all testing of all other ORT Zone Subsystems functions.

Requirements for the development, submittal, review and revision of the Detailed Test Procedures document are detailed in TS-01.

4.4 FCC Licenses Each ORT Zone Subsystem element installed by the Contractor shall fully comply with all applicable Federal Communications TS-05 Requirement #4.4-1 Commission (FCC) regulations. The Contractor shall apply for and obtain temporary and permanent FCC licenses on behalf of the Department for each of the four TS-05 Requirement #4.4-2 ORT Zone Subsystems described in section 2 above. The Contractor shall, as part of this effort, identify and accommodate any site conditions that may potentially degrade the TS-05 Requirement #4.4-3 performance of the AVI elements. 5. System Manuals Requirements for the development, submittal, review and revision of System Manuals are detailed in TS-01. Additional Requirements specific to the ORT Zone Subsystems are as follows. Image capture setup, configuration, tuning and problem determination and correction capabilities and other image capture support TS-05 Requirement #5-1 functions shall be fully detailed in the System Maintenance Manual (specified in TS-01). ALPR setup, configuration, tuning and problem determination and correction capabilities and other ALPR support functions shall be TS-05 Requirement #5-2 fully detailed in the System Maintenance Manual (specified in TS-01). AVI setup, configuration, tuning and problem determination and correction capabilities and other AVI support functions shall be fully TS-05 Requirement #5-3 detailed in the System Maintenance Manual. Zone controller setup, configuration, tuning and problem determination and correction capabilities and other zone controller TS-05 Requirement #5-4 support functions shall be fully detailed in the System Maintenance Manual. Registry server setup, configuration, tuning and problem determination and correction capabilities and other zone controller TS-05 Requirement #5-5 support functions shall be fully detailed in the System Maintenance Manual. Operation of all functions specified in section 3 above and its subsections and all other ORT Zone Subsystems functions shall be TS-05 Requirement #5-6 fully detailed in the System Maintenance Manual. 6. Training General Requirements for training are described in TS-01. Additional training Requirements specific to the ORT Zone Subsystems are as follows. The Contractor shall provide detailed training for administration and operation of all functions specified in section 3 above and its TS-05 Requirement #6-1 subsections and all other ORT Zone Subsystems functions as part of the System Administrator course (specified in the TS-01 document).

The Contractor shall provide detailed training for Hardware and Software Maintenance of the following functions as Extra Work:

Page 124 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* a) Image capture TS-05 Requirement #6-2 b) ALPR c) AVI d) Zone controller e) Registry server 7. Hardware and Installation General Requirements for Hardware and installation are described in TS-03. Requirements specific to the AVI elements are detailed in section 3.4 above. 8. Infrastructure Documentation Requirements for the Engineer of Record and infrastructure documentation are described in TS-01.

Page 125 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* TS-06 VIDEO AUDIT SUBSYSTEM - FUNCTIONAL REQUIREMENTS 2. Locations

The Contractor shall integrate, furnish, install, test and maintain the Video Audit Subsystem at each of the following locations:

a) Primary Host – VDOT Hampton Roads Traffic Operations Center TS-06 Requirement #2-1 b) Secondary (back-up) Host – VDOT Bowers Hill Communication Hub c) Zone 1 Eastbound/Westbound (reversible) The Department does not require Video Audit Subsystem function at the Registry locations.

All Toll System elements installed inside of the Primary Host location or inside of the Secondary (back-up) Host location shall TS-06 Requirement #2-2 comply with the Requirements described in the TS-03 document for areas that are environmentally controlled.

All Toll System elements at the Zone 1 location listed above that are installed inside of the Department provided Equipment TS-06 Requirement #2-3 shelters shall comply with the Requirements described in the TS-03 document for areas that are environmentally controlled.

All Toll System elements at the Zone 1 location listed above that are installed outside of the Department provided Equipment TS-06 Requirement #2-4 shelters shall comply with the Requirements described in the TS 03 document for areas that are not environmentally controlled.

3. Subsystem Functions The Offeror shall include in their Proposal a summary of no more than three (3) page-sides, detailing their proposed Video Audit Subsystem. As part of their Proposal, the Offeror shall detail the basic and per-user bandwidth Requirements of their proposed Video Audit Subsystem for each function provided (e.g. recording, streaming, searching, viewing sessions with transaction information overlaid, copying files, etc.). The Offeror shall describe in their Proposal all video audit subsystems that the Offeror has installed for open road tolling configurations within the last five (5) years. Those Offerors that have installed numerous video audit subsystems during this timeframe shall instead describe their five (5) most recent installations. As part of their Proposal, the Offeror shall describe the similarities and differences between the proposed Video Audit Subsystem and each of these previous installations. The Offeror shall provide contact information in their Proposal for the toll agency employee(s) that is its most intensive user in each such installation. TS-06 Requirement #3-1 The Video Audit Subsystem shall provide single sign-on with the other Toll System elements (see the TS-04 document). The Video Audit Subsystem shall be integrated with a primary and secondary network time protocol (NTP) server and these shall TS-06 Requirement #3-2 be the same as for all other Toll System elements. TS-06 Requirement #3-3 The Video Audit Subsystem shall be integrated with the ORT Zone Subsystem (described in the TS-05 document). The Video Audit Subsystem shall be implemented on separate Hardware from, and fully independent of, the ORT Zone Subsystems TS-06 Requirement #3-4 (described in the TS-05 document). TS-06 Requirement #3-5 The Video Audit Subsystem shall be integrated with the Host Subsystem (described in the TS-04 document).

TS-06 Requirement #3-6 The Video Audit Subsystem shall be implemented on separate Hardware from, and fully independent of, the Host Subsystem.

Page 126 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Video Audit Subsystem shall be integrated with the Maintenance Online Management Subsystem (described in the TS-07 TS-06 Requirement #3-7 document). The Video Audit Subsystem shall be implemented as a browser-based Graphical User Interface (GUI) application where a TS-06 Requirement #3-8 Department user(s) accesses all of its functions through workstations (provided by others) connected to the Department’s network. The Video Audit Subsystem shall support three (3) concurrent Department users performing any functions related to any ORT TS-06 Requirement #3-9 zone, or combination of ORT zones, with no degradation in performance. Any use of the Video Audit Subsystem shall not affect or degrade the performance of the Host Subsystem, ORT Zone Subsystems, TS-06 Requirement #3-10 Maintenance Online Management Subsystem or any other element of the Toll System. The Video Audit Subsystem shall cause the Maintenance Online Management Subsystem (see the TS-07 document) to log, store and TS-06 Requirement #3-11 send an alert in the event of any element failure or degradation in performance. 3.1 Live Streaming TS-06 Requirement #3.1-1 The Video Audit Subsystem shall provide a live streaming function that includes, but is not limited to, the following. This live streaming function shall show all vehicles travelling anywhere on the roadway or shoulders at each of the ORT Zone TS-06 Requirement #3.1-2 Subsystem locations listed in section 2 above. This live streaming function shall provide all screens, tools and other functions necessary for Department employees to monitor an TS-06 Requirement #3.1-3 overall image of the tolling location and each vehicle as it travels in a lane and shoulder of the zone with a delay less than or equal to two (2) seconds. This live streaming function shall provide all screens, tools and other functions necessary for Department employees to monitor the TS-06 Requirement #3.1-4 images above plus the associated transaction information overlay (see section 3.2 below) with a delay less than or equal to twenty (20) seconds.

TS-06 Requirement #3.1-5 This live streaming function shall show sufficient detail to determine vehicle make and model in any ambient lighting condition.

TS-06 Requirement #3.1-6 This live streaming function shall provide unobstructed views of both directions of traffic within the zone. 3.2 Transaction Information Overlay The Video Audit Subsystem shall provide a transaction information overlay function that includes, but is not limited to, the TS-06 Requirement #3.2-1 following. This transaction information overlay function shall receive sufficient data from each ORT Zone and overlay it on the video image to show, for each vehicle appearing in the video image, transaction details including but not limited to: a) All E-ZPass transponder data read by the ORT Zone Subsystem (as specified in the TS-05 document) and date and time at which such transponder was read TS-06 Requirement #3.2-2 b) All issuing jurisdiction, plate type and “plate number” data extracted by the ORT Zone Subsystem (as specified in the TS-05 document) and date and time of the associated image c) The Vehicle Record number assigned by the ORT Zone Subsystem to the respective vehicle (as specified in the TS-05 document) and date and time by which the record is referenced This transaction information overlay function shall provide graphical aids that clearly: a) Differentiate the area of the ORT zone under review and its associated event data

TS-06 Requirement #3.2-3 b) Associate the transponder data with the respective vehicle, even when multiple vehicles are present in the image.

Page 127 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

c) Associate the license plate data with the respective vehicle, even when multiple vehicles are present in the image.

3.3 Recording TS-06 Requirement #3.3-1 The Video Audit Subsystem shall provide a recording function that includes, but is not limited to, the following. This recording function shall capture video images of all vehicle travel anywhere on the roadway or shoulders at the ORT Zone TS-06 Requirement #3.3-2 Subsystem location listed in section 2 above. This recording function shall capture such video images during all tolling periods, during the thirty (30) minutes prior to the start of TS-06 Requirement #3.3-3 the tolling period and during the thirty (30) minute period after the tolling period ends. TS-06 Requirement #3.3-4 Such video images shall be generated and stored at a minimum of five (5) frames per second. This recording function shall store such video images such that they are durably linked to the associated transaction overlay TS-06 Requirement #3.3-5 information (see section 3.2 above) up to, throughout and after the transaction pricing process.

This recording function shall store video images and transaction information overlay data such that they are durably linked to all TS-06 Requirement #3.3-6 associated transaction records and Vehicle Records up to, throughout and after the transaction pricing process.

The Video Audit Subsystem shall provide for Department users to search stored video based on numerous criteria and locate it (as described in section 3.5 below), display it, make a copy of it in .mp4 file format and email a copy of it as an .mp4 file suitable for viewing on Microsoft, Google and Safari browsers. Search parameters shall include but are not limited to each of the following alone or in any combinations: • Transaction record number TS-06 Requirement #3.3-7 • Other transaction record data including but not limited to transponder number and license plate information such as issuer, type and “number” • ORT Zone Subsystem location, date and time • Vehicle Record number • Other Vehicle Record data including but not limited to transponder number and license plate information such as issuer, type and “number” 3.4 Storage TS-06 Requirement #3.4-1 The Video Audit Subsystem shall provide a video storage function including, but is not limited to, the following. The Video Audit Subsystem shall store all information in read-only form and no changes or alterations to video or data shall be TS-06 Requirement #3.4-2 allowed.

TS-06 Requirement #3.4-3 This video storage function shall store all recorded video images at the same quality and frame rate required in section 3.3 above.

This video storage function shall store all such recorded images at each respective ORT Zone Subsystem location for a minimum of TS-06 Requirement #3.4-4 sixty (60) days.

TS-06 Requirement #3.4-5 This video storage function shall associate all transaction overlay information (see section 3.2 above) with each video image.

TS-06 Requirement #3.4-6 This video storage function shall store all such transaction overlay information for a minimum of sixty (60) days. This video storage function shall log and index all playback sessions (see section 3.6 below) such that the Video Audit Subsystem TS-06 Requirement #3.4-7 automatically generates a report after a Department User enters time and location information into the system. Such report shall list all playback sessions involving the specified ORT zone at the specified time.

Page 128 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

This video storage function shall log and index all copies made (see section 3.7 below) such that the Video Audit Subsystem TS-06 Requirement #3.4-8 automatically generates a report after a Department User enters time and location information into the system. Such report shall list all video copies produced by the Toll System from the specified ORT zone at the specified time.

Each video storage function shall store all files in a manner that makes it easy for a Department user(s) to search (see section 3.5 TS-06 Requirement #3.4-9 below), playback (see section 3.6 below) and copy (see section 3.7 below). As described in section 3.4 above, all video and all corresponding transaction information overlay data shall be tightly synchronized when stored in such a way that they remain tightly synchronized during search, at all times during playback and when copied (these functions are described below). 3.5 Search TS-06 Requirement #3.5-1 The Video Audit Subsystem shall provide a video search function that includes, but is not limited to, the following. The Video Audit Subsystem shall provide for Department users to search stored video based on numerous parameters and locate it. Search parameters include but are not limited to each of the following alone or in any combination: • Transaction record number • Other transaction record data including but not limited to transponder number and license plate information such as TS-06 Requirement #3.5-2 issuer, type and “number” • ORT Zone Subsystem location, date and time • Vehicle Record number • Other Vehicle Record data including but not limited to transponder number and license plate information such as issuer, type and “number” TS-06 Requirement #3.5-3 This video search function shall be configurable by each Department user. Such configuration (e.g. the “user settings”) shall apply in all cases until such time as the Department user initiates a new TS-06 Requirement #3.5-4 configuration. 3.6 Playback TS-06 Requirement #3.6-1 The Video Audit Subsystem shall provide a video playback function that includes, but is not limited to, the following. This video playback function shall provide for review of stored video images (as described in section 3.4 above) by a Department TS-06 Requirement #3.6-2 user(s) and provide controls whereby each Department user can step forward and backward by frame and the transaction information overlay remains synchronized. This video playback function shall be easily configurable by each Department user to overlay all information in section 3.2 above or TS-06 Requirement #3.6-3 only those data elements selected by the Department user. Such configuration (e.g. the “user settings”) shall apply in all cases until such time as the Department user initiates a new TS-06 Requirement #3.6-4 configuration.

TS-06 Requirement #3.6-5 This video playback function shall provide for a Department user(s) to save and print any static screen images as .jpeg files.

This video playback function shall provide for a Department user(s) to save video review sessions of up to 10 minutes each as .mp4 TS-06 Requirement #3.6-6 files, where such sessions consist of the ORT zone video images and the associated transaction information overlay.

TS-06 Requirement #3.6-7 This video playback function shall provide for Department users to recall and display such saved sessions.

TS-06 Requirement #3.6-8 This video playback function shall provide for Department users to e-mail these files and e-mail a link to such saved sessions.

Page 129 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* This video playback function shall provide for review of stored video images by Contractor personnel to assist in system TS-06 Requirement #3.6-9 Maintenance activities. The Video Audit Subsystem shall provide all screens, tools and other functions necessary to verify the performance of the Toll TS-06 Requirement #3.6-10 System at each location listed in section 2 above. The Video Audit Subsystem shall provide all screens, tools and other functions necessary to show conditions, traffic and Toll System TS-06 Requirement #3.6-11 data related to Vehicle Records to support a financial audit of the Toll System at each ORT Zone Subsystem location listed in section 2 above. Each stored item above shall be stored in a manner that makes it easy for a Department user(s) to search for it, locate it, display it, TS-06 Requirement #3.6-12 make a copy of it in the respective file format (specified above) and email that copy in such file format. 3.7 Copy TS-06 Requirement #3.7-1 The Video Audit Subsystem shall provide a copy function that includes, but is not limited to, the following. This copy function shall create a file consisting of video images of all vehicles appearing in any specified ORT Zone during a time TS-06 Requirement #3.7-2 period specified by the Department user. This copy function shall be easily configurable by each Department user to copy all information in section 3.2 above or only those TS-06 Requirement #3.7-3 data elements selected by the Department as overlaid video images. TS-06 Requirement #3.7-4 Such configuration shall apply in all cases until such time as the Department user initiates a new configuration. This video copy function shall make copies of the video with associated transaction information overlay data in .mp4 file format and TS-06 Requirement #3.7-5 write such copy to Compact Disc alone or with other video images and transaction information overlays. This video copy function shall make copies of video images with associated transaction information overlay data in .mp4 file format TS-06 Requirement #3.7-6 and provide for Department users to email that copy as an .mp4 file. 3.8 Reports TS-06 Requirement #3.8-1 The Video Audit Subsystem shall provide a report function that includes, but is not limited to, the following. This report function shall log, store and report the username, date and time each time a (live streaming or recorded) video is TS-06 Requirement #3.8-2 accessed. This report function shall log, store and report sufficient information to identify the computer used for each (live streaming or TS-06 Requirement #3.8-3 recorded) video accessed.

This report function shall provide all the screens, tools and other functions necessary for a Department user(s) to generate reports TS-06 Requirement #3.8-4 that track Video Audit Subsystem user access; user playback; user session creation; user copying; and user e-mailing files and links from the Video Audit Subsystem containing video images, transaction information overlay data and playback sessions.

Each report above shall be implemented in a manner that makes it easy for a Department user(s) to initiate it; display it; make a TS-06 Requirement #3.8-5 copy of it in .pdf file format; make a copy of it in .xlsx format; make a copy of it in .csv format; and email it in any of these formats.

4. System Integration Documents General Requirements for the System Integration design and testing documents are described in TS-01: Project Management, Documentation, Design and Test Services. Additional Requirements specific to the Video Audit Subsystem are as follows. 4.1 SDR Document The Contractor and the Department shall determine a suitable location for the installation of the Video Audit Subsystem Equipment TS-06 Requirement #4.1-1 at each ORT zone location and such locations shall be identified in the SDR document. Page 130 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* TS-06 Requirement #4.1-2 All Requirements for live video streaming (see section 3.1 above) shall be described in the SDR document. TS-06 Requirement #4.1-3 All Requirements for transaction information overlay (see section 3.2 above) shall be described in the SDR document. TS-06 Requirement #4.1-4 All Requirements for video recording (see section 3.3 above) shall be described in the SDR document. TS-06 Requirement #4.1-5 All Requirements for recorded video storage (see section 3.4 above) shall be described in the SDR document. TS-06 Requirement #4.1-6 All Requirements for recorded video search (see section 3.5 above) shall be described in the SDR document. TS-06 Requirement #4.1-7 All Requirements for recorded video playback (see section 3.6 above) shall be described in the SDR document. TS-06 Requirement #4.1-8 All Requirements for recorded video copy (see section 3.7 above) shall be described in the SDR document. TS-06 Requirement #4.1-9 All Requirements for video access reports (see section 3.8 above) shall be described in the SDR document. TS-06 Requirement #4.1-10 All other Requirements related to the Video Audit Subsystem shall be described in the SDR document. 4.2 SDD Document

TS-06 Requirement #4.2-1 The SDD document shall detail all Hardware and Software that implements the live streaming function (see section 3.1 above).

TS-06 Requirement #4.2-2 The SDD document shall contain process diagrams for all live streaming and a corresponding narrative. TS-06 Requirement #4.2-3 The SDD document shall contain a comprehensive analysis of network utilization for live streaming. The SDD document shall detail all Hardware and Software that implements the transaction information overlay function (see 3.2 TS-06 Requirement #4.2-4 above).

TS-06 Requirement #4.2-5 The SDD document shall detail the Hardware and Software used to implement the recordings function (see section 3.3 above).

TS-06 Requirement #4.2-6 The SDD document shall detail the Hardware and Software used to implement the video storage function (see section 3.4 above).

TS-06 Requirement #4.2-7 The SDD document shall detail the Hardware and Software used to implement the video search function (see section 3.5 above).

Additional Video Audit Subsystem video search options shall be defined by the Contractor during development of the SDD TS-06 Requirement #4.2-8 document subject to the Department’s approval.

TS-06 Requirement #4.2-9 The SDD document shall detail the Hardware and Software used to implement the video playback function (see section 3.6 above).

TS-06 Requirement #4.2-10 The SDD document shall detail the Hardware and Software used to implement the copy function (see section 3.7). The SDD document shall detail the Hardware and Software used to implement the video access reports function (see section 3.8 TS-06 Requirement #4.2-11 above). Additional Video Audit Subsystem report options shall be defined by the Contractor during development of the SDD document TS-06 Requirement #4.2-12 subject to the Department’s approval.

TS-06 Requirement #4.2-13 The SDD document shall detail the Hardware and Software used to implement all other Video Audit Subsystem functions.

4.3 Detailed Test Procedures

TS-06 Requirement #4.3-1 The Detailed Test Procedures document shall fully describe all testing of the live streaming function (see section 3.1 above).

The Detailed Test Procedures document shall fully describe all testing of the transaction information overlay function (see 3.2 TS-06 Requirement #4.3-2 above). TS-06 Requirement #4.3-3 The Detailed Test Procedures document shall fully describe all testing of the recording function (see section 3.3 above).

Page 131 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

TS-06 Requirement #4.3-4 The Detailed Test Procedures document shall fully describe all testing of the video storage function (see section 3.4 above).

TS-06 Requirement #4.3-5 The Detailed Test Procedures document shall fully describe all testing of the video search function (see section 3.5 above).

TS-06 Requirement #4.3-6 The Detailed Test Procedures document shall fully describe all testing of the video playback function (see section 3.6). TS-06 Requirement #4.3-7 The Detailed Test Procedures document shall fully describe all testing of the copy function (see section 3.7 above).

TS-06 Requirement #4.3-8 The Detailed Test Procedures document shall fully describe all testing of the video access reports function (see section 3.8 above).

TS-06 Requirement #4.3-9 The Detailed Test Procedures document shall fully describe all testing of all other Video Audit Subsystem functions. 5. System Manuals General Requirements for the System Manuals are described in TS-01: Project Management, Documentation, Design and Test Services. Additional Requirements specific to the Video Audit Subsystem are as follows. Operation of all functions specified in sections 3.1 through 3.8 above and all other Video Audit Subsystem functions shall be fully TS-06 Requirement #5-1 detailed in the User Manual (specified in the TS-01 document). Administration of all functions specified in sections 3.1 through 3.8 above and all other Video Audit Subsystem functions shall be TS-06 Requirement #5-2 fully detailed in the System Administrator Manual (specified in the TS-01 document). 6. Training

General Requirements for Training are described in TS-01: Project Management, Documentation, Design and Test Services.

Additional Requirements specific to the Video Audit Subsystem are as follows. As part of the System Overview course (specified in the TS-01 document), the Contractor shall provide training for operation of all TS-06 Requirement #6-1 functions specified in sections 3.1 through 3.8 above and all other Video Audit Subsystem functions. As part of the System Audit course (specified in the TS-01 document), the Contractor shall provide detailed training for operation TS-06 Requirement #6-2 of all functions specified in sections 3.1 through 3.8 above and all other Video Audit Subsystem functions.

As part of the System Administrator course (specified in the TS-01 document), The Contractor shall provide detailed training for TS-06 Requirement #6-3 administration of all functions specified in sections 3.1 through 3.8 above and all other Video Audit Subsystem functions.

7. Hardware and Installation Requirements for Video Audit Subsystem Hardware and installation are described in TS-03: Hardware and Installation. 8. Infrastructure Documentation General Requirements for Engineer or Record and infrastructure documentation are described in TS-01: Project Management, Documentation, Design and Test Services. Additional Requirements specific to the Video Audit Subsystem are as follows.

The Detailed Design Drawings, Detailed Design Specifications, Detailed Calculations and Shop Drawings shall fully describe all Toll System elements installed outside of the Primary Host; outside of the Secondary (back-up) Host; and outside of the Equipment shelter furnished by the Department at the ORT Zone, including but not limited to, Video Audit Subsystem related:

TS-06 Requirement #8-1 a) Equipment enclosures

Page 132 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* b) Equipment enclosure and Video Audit Subsystem camera mounting brackets, the infrastructure to which they are attached and other mounting Hardware c) Conduits, cabling, workboxes and associated mounting brackets and Hardware d) Video Audit Subsystem camera locations and viewing angles

Page 133 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* TS-07 MAINTENANCE ONLINE MANAGEMENT SUBSYSTEM - FUNCTIONAL REQUIREMENTS 2. Locations The Contractor shall furnish, install and maintain the Maintenance Online Management Subsystem (MOMS) at each of the following locations: a) Zone 1 Eastbound/Westbound (Reversible) b) Registry 1 Westbound TS-07 Requirement #2 -1 c) Registry 2 Westbound d) Registry 3 Westbound e) Primary Host – VDOT Eastern Region Traffic Operations Center f) Secondary (back-up) Host – VDOT Bowers Hill Communication Hub All MOMS functions shall continue operating without delay or degradation when one or more of the following events occur within the Primary Host location: • Loss of Wide Area Network (WAN) • Loss of power TS-07 Requirement #2 -2 • Failure of Toll System elements including but not limited to Software or Equipment

This Requirement will be waived when the WAN or power at the Secondary (back-up) Host location are unavailable through no fault of the Contractor. All MOMS functions shall continue operating without delay or degradation when one or more of the following events occur within Secondary (back-up) Host location: • Loss of WAN • Loss of power TS-07 Requirement #2 -3 • Failure of Toll System elements including but not limited to Software or Equipment

This Requirement will be waived when the WAN or power at the Primary Host location are unavailable through no fault of the Contractor. 3. Subsystem Functions

The Offeror shall include in their Proposal a summary of no more than three page-sides, detailing their proposed MOMS.

This summary shall describe all MOMS that the Offeror has installed within the last five (5) years.

This summary shall describe the similarities and differences between the proposed MOMS and each of these previous installations.

TS-07 Requirement #3-1 The MOMS shall provide single sign-on integrated with the other Toll System elements (see the TS-04 document).

The MOMS shall be integrated with a primary and secondary network time protocol (NTP) server and these shall be the same as TS-07 Requirement #3-2 for all other Toll System elements. Both NTP servers shall be certified NTP servers and subject to Approval by the Department.

All Toll System elements, including but not limited to the MOMS, shall synchronize with these NTP servers at configurable intervals, TS-07 Requirement #3-3 no less than every five (5) minutes.

Page 134 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* Where a parameter or other attribute of the MOMS below is described as configurable, it shall be configurable by both a TS-07 Requirement #3-4 Department user(s) and Contractor personnel. TS-07 Requirement #3-5 Where the Toll System issues an alert to a Department user(s), such alert shall also be issued to Contractor personnel. 3.1 Health Monitoring The MOMS shall provide a Toll System Hardware and Software health monitoring function that includes, but is not limited to, the following. This health monitoring function shall receive information (success or failure) of all elements receiving and/or transmitting status TS-07 Requirement #3.1-1 and/or information. Examples include but are not limited to backup, time synchronization, Software updates, file downloads, file uploads and running processes. This health monitoring function shall receive all status reporting and all notifications of degraded performance or failure from all Toll TS-07 Requirement #3.1-2 System elements (e.g. lane peripherals, network Equipment, etc.). This health monitoring function shall provide screens and other tools for Department personnel and Contractor personnel to TS-07 Requirement #3.1-3 manually report or record reports of Toll System issues conveyed verbally or via e-mail. This health monitoring function shall proactively query all items listed in Attachment L Responsibilities Matrix where the Contractor is identified as having primary responsibility during Operations and Maintenance including, but not limited to, the Host Subsystem (see the TS-04 document); the ORT Zone Subsystem (see the TS-05 document); the Video Audit Subsystem (see the TS-06 TS-07 Requirement #3.1-4 document); the traffic sensors used for the dynamic pricing algorithm (see the TS-04 document); the Department provided technical shelter and cabinets at each ORT Zone Subsystem location (see the TS-05 document) and this MOMS at configurable intervals, no less often than every five (5) minutes. This health monitoring function shall detect, store and send an alert (see section 3.2 below) of all faults, degraded performance and TS-07 Requirement #3.1-5 unusual events in the Host Subsystem; the ORT Zone Subsystem; the Video Audit Subsystem and this MOMS.

This health monitoring function shall detect, store and send an alert of all network faults, degraded performance and unusual events TS-07 Requirement #3.1-6 affecting communication between the Host Subsystem; the ORT Zone Subsystem; the Video Audit Subsystem and this MOMS.

This health monitoring function shall detect, store and send an alert of all network faults, degraded performance and unusual events TS-07 Requirement #3.1-7 affecting communication between the Toll System and VDOT’s E-ZPass Customer Service Center (CSC).

This health monitoring function shall detect, store and send an alert of all network faults, degraded performance and unusual events TS-07 Requirement #3.1-8 affecting communication between the Toll System and VDOT’s Advanced Traffic Management System (ATMS).

This health monitoring function shall detect, store and send an alert of all network faults, degraded performance and unusual events TS-07 Requirement #3.1-9 affecting communication between all Toll System elements providing the public with a search function for historic pricing information and other Host Subsystem elements. This health monitoring function shall detect, store and send an alert of all network faults, degraded performance and unusual events TS-07 Requirement #3.1-10 affecting communication between all Toll System elements providing the public with a search function for historic pricing information and the internet. TS-07 Requirement #3.1-11 This health monitoring function shall monitor power quality and provide configurable thresholds for related alerts. This health monitoring function shall detect, store and send an alert when power is lost or degraded beyond the configurable TS-07 Requirement #3.1-12 thresholds at the Host Subsystem; the ORT Zone Subsystem; the Video Audit Subsystem and this MOMS.

Page 135 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The Contractor shall furnish and install an electronic interface to the UPS to monitor the UPS performance, and to acquire, display, TS-07 Requirement #3.1-13 store and report all parameters provided as outputs from the UPS. When the System is on the UPS and when it is off the UPS a notification shall be reported to the MOMS. This health monitoring function shall provide a configurable threshold for the percentage of transactions without an E-ZPass TS-07 Requirement #3.1-14 transponder and log, store and send an alert each time this threshold is exceeded. This health monitoring function shall provide configurable thresholds for Automatic License Plate Recognition (ALPR) performance TS-07 Requirement #3.1-15 and log, store and send an alert each time this threshold is exceeded. This health monitoring function shall log and store all data for calculating the availability of the Toll System as defined in the TS-01 TS-07 Requirement #3.1-16 document. This health monitoring function shall log and store all data for calculating Mean Time to Repair (MTTR) as defined in the TS-01 TS-07 Requirement #3.1-17 document. This health monitoring function shall log and store all data for calculating Mean Time Between Failures (MTBF) as defined in the TS- TS-07 Requirement #3.1-18 01 document. This health monitoring function shall log and store all data for calculating other Key Performance Indicators (KPI) including but not TS-07 Requirement #3.1-19 limited to those listed in Tolling Specification #02 and all items that factor into these calculations. This health monitoring function shall provide a configurable and color-coded dashboard showing all Toll System health information TS-07 Requirement #3.1-20 including but not limited to the information described above.

This dashboard shall show Toll System status in a pictorial view and assist Department users in easily “drilling down” to view both TS-07 Requirement #3.1-21 summary and detailed operating data of each underlying Toll System element causing an alert and its associated error logs.

This dashboard shall show the name of all files transmitted between the Host Subsystem, the ORT Zone Subsystems, the VDOT TS-07 Requirement #3.1-22 ATMS and VDOT’s E‑ZPass CSC and the time of such transmission. This dashboard shall show the filenames and other version information of the VDOT E‑ZPass CSC data currently being used by each ORT Zone Subsystem process and in each Host Subsystem process. This dashboard shall also show the time such data was TS-07 Requirement #3.1-23 put into use by each of these processes. This dashboard shall enable Department users to drill down and view previous filenames, versions and the time each was put into use by each such process. This dashboard shall provide a Department user(s) with an easy method of re-initiating any transmissions that were not successful TS-07 Requirement #3.1-24 (e.g. Transponder Status Lists). TS-07 Requirement #3.1-25 The dashboard shall display an alert if a Transponder Status File is not received as expected in full. Each stored item above shall be stored in a manner that makes it easy for an infrequent Department user(s) to search for it; locate TS-07 Requirement #3.1-26 it; display it; export it in .pdf, .xlsx, or .csv formats, and email it in any of these formats. 3.2 Alerts The MOMS shall provide an alerts function that includes, but is not limited to, the following. This alerts function shall notify Department users by an immediate e-mail, an immediate text message and reports (see section 3.8 TS-07 Requirement #3.2-1 below). This alerts function shall provide all the screens, tools and other functions necessary for a Department user(s) to select any and all types of alerts they wish to be notified of, the associated notification method(s), the associated threshold that must be reached TS-07 Requirement #3.2-2 prior to each alert type being sent by each notification method and the maximum frequency with which each alert type will be sent by each notification method.

Page 136 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* Such alerts shall include but are not limited to the following as evaluated against associated configurable thresholds: a) File transmission issues b) Data exceptions c) Hardware issues d) Software issues or failures e) Database issues f) Issues with jobs, processes or data flows g) Low storage space for each subsystem h) CPU utilization TS-07 Requirement #3.2-3 i) CPU load j) File system mounts k) Disk inputs and outputs l) Automatic job/workflow/queue exceptions for all data that is not processing correctly or otherwise “hung in the system” m) Power n) Temperature o) Relative humidity p) Salt fog Each such alert shall be configurable by the priority level of each alarm and a Department user(s) shall be able to readily assign and TS-07 Requirement #3.2-4 change the notification method and escalation attributes of each. Such priority levels shall be defined during the design phase and subject to Department Approval. Each such alert shall provide for a Department user(s) to automatically generate a corresponding work order, where such user TS-07 Requirement #3.2-5 action does not in any way relieve the Contractor from any Contract obligation. Each such alert shall provide for a Department user(s) to comment on the alert and have that comment reflected in reports about TS-07 Requirement #3.2-6 the alert and reports of Toll System performance. Such configuration (e.g. the “user settings”) shall apply in all cases until such time as the Department user initiates a new TS-07 Requirement #3.2-7 configuration. TS-07 Requirement #3.2-8 This alerts function shall similarly notify a Department user (s) of all required system Maintenance activities. 3.3 Work Orders The MOMS shall provide a work order function that includes, but is not limited to, the following. TS-07 Requirement #3.3-1 This work order function shall provide for Contractor personnel to initiate, track, update, transfer and close work orders. This work order function shall generate and assign works order for all preventive Maintenance, corrective Maintenance, predictive Maintenance and all other Toll System field work by the Contractor including but not limited to: a) File transmission issues b) Data exceptions c) Hardware issues TS-07 Requirement #3.3-2 d) Software issues or failures e) Database issues f) Issues with jobs, processes or data flows g) Low storage space for each subsystem

Page 137 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments

Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* h) CPU utilization i) CPU load j) File system mounts k) Disk inputs and outputs l) Automatic job/workflow/queue exceptions for all data that is not processing correctly or otherwise “hung in the system”

This work order function shall provide for Department users to immediately, directly and electronically initiate work orders, search for work orders, review work orders and comment on work orders electronically from Department issued workstations, laptops, TS-07 Requirement #3.3-3 tablets and mobile phones on a 24/7 basis. The System shall tentatively assign an initial category to such work orders indicating:

• Toll System work • Extra Work, as defined in Tolling Specification #02 This work order function shall provide for detailed updates of each work order by field personnel via both office computers and TS-07 Requirement #3.3-4 mobile devices and shall log and store all such updates. TS-07 Requirement #3.3-5 This work order function shall report the status of all work orders. This work order function shall log, store and send an alert (see section 3.2 above) each time a work order is assigned, updated or TS-07 Requirement #3.3-6 closed. 3.4 Parts Tracking The MOMS shall provide a parts tracking function that includes, but is not limited to, the following. This parts tracking function shall index to the part number list provided as part of the Contractor’s Proposal and subsequently TS-07 Requirement #3.4-1 during the design phase in the System Design Document (SDD). This parts tracking function shall import and store the version and serial number, the current location, all past locations, current TS-07 Requirement #3.4-2 condition and all repair history of all Toll System Equipment. This parts tracking function shall: a) Provide tracking of all Maintenance and service agreements b) Maintain a list of Vendors from where products were procured TS-07 Requirement #3.4-3 c) Associate the original purchase order number to the individual item d) Associate the original Vendor number to the individual item e) Associate all Warranty information to the individual item f) Provide an alert prior to Warranty expiration This parts tracking function shall import and store all communications with Vendors regarding all defective parts and all damaged TS-07 Requirement #3.4-4 parts. This parts tracking function shall generate and store all requests for Returned Material Authorization (RMA) requests based on TS-07 Requirement #3.4-5 Warranty standing. TS-07 Requirement #3.4-6 This parts tracking function shall import and store all RMA records provided by Vendors.

TS-07 Requirement #3.4-7 This parts tracking function shall generate and store all shipping information for all parts sent to a Vendor for repair or replacement.

This parts tracking function shall import and store all Vendor disposition information, all Vendor invoicing information and all TS-07 Requirement #3.4-8 Vendor payment information for all parts sent to a Vendor for repair or replacement.

Page 138 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

TS-07 Requirement #3.4-9 This parts tracking function shall issue an alert when spare parts inventory is reduced to a configurable threshold quantity.

Each stored item above shall be stored in a manner that makes it easy for an infrequent Department user(s) to search for it; locate TS-07 Requirement #3.4-10 it; display it; export it in .pdf, .xlsx, and .csv formats, and email it in any of these formats. 3.5 Software Asset Management The MOMS shall provide a Software asset management function that includes, but is not limited to, the following. This Software asset management function shall import and store the licenses of all Commercial off the Shelf (COTS) Software TS-07 Requirement #3.5-1 products installed on the Toll System. This Software asset management function shall provide for the entry and storage of all dates on which support by the manufacturer TS-07 Requirement #3.5-2 of each COTS Software product will change or end. This Software asset management function shall log and store the date and time when all Software patches, fixes and other changes TS-07 Requirement #3.5-3 available from the manufacturer of the COTS Software products were installed on the Toll System. This Software asset management function shall log and store the date and time when all Software patches, fixes and other changes TS-07 Requirement #3.5-4 to Software other than COTS products were installed on the Toll System.

This Software asset management function shall provide for users to record the testing conducted prior to installation and after TS-07 Requirement #3.5-5 installation of all Software patches, fixes and other changes. Such record of testing shall require entry of the fields specified in the configuration and change management section of the Management Plan described in Tolling Specification #01.

This Software asset management function shall log, store and send an alert (see section 3.2 above) each time a patch, fix or update TS-07 Requirement #3.5-6 becomes available from the manufacturer of the COTS Software and each time such a change is installed. This Software asset management function shall log, store and send an alert (see section 3.2 above) daily for each COTS Software TS-07 Requirement #3.5-7 license that is due to lapse in the next sixty (60) days or a configurable time period. Each stored item above shall be stored in a manner that makes it easy for an infrequent Department user(s) to search for it; locate TS-07 Requirement #3.5-8 it; display it; export it in .pdf, .xlsx, and .csv formats, and email it in any of these formats. 3.6 Enclosure Monitoring The MOMS shall provide an enclosure monitoring function that includes, but is not limited to, the following. This enclosure monitoring function shall log, store and send an alert (see section 3.2 above) each time an Equipment enclosure is TS-07 Requirement #3.6-1 opened or closed in the Host Subsystem (see the TS-04 document); the ORT Zone Subsystem (see the TS-05 document); the Video Audit Subsystem (see the TS-06 document) or this MOMS.

Such logs shall include but are not limited to date; time of door open; Toll System status at time of door open; time of door close; TS-07 Requirement #3.6-2 and Toll System status at time of door close. Toll System status shall include but is not limited to any applicable alarm conditions.

TS-07 Requirement #3.6-3 This enclosure monitoring function shall provide configurable temperature thresholds for each Equipment enclosure.

This enclosure monitoring function shall log, store and send an alert (see section 3.2 above) each time the respective temperature TS-07 Requirement #3.6-4 threshold is reached in the Host Subsystem; the ORT Zone Subsystem; the Video Audit Subsystem; or this MOMS.

Page 139 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

This enclosure monitoring function shall automatically shut down all Equipment in an enclosure, whenever the corresponding temperature threshold is reached and send another alert (see section 3.2 above) reporting completion of the shutdown. Such TS-07 Requirement #3.6-5 shutdown shall prevent loss or corruption of any data including but not limited to MOMS data, Vehicle Records, other ORT Zone Subsystem data, data received from the VDOT E-ZPass CSC, data received from other third parties, and transaction records.

TS-07 Requirement #3.6-6 This enclosure monitoring function shall provide a configurable humidity threshold for each Equipment enclosure.

This enclosure monitoring function shall log, store and send an alert (see section 3.2 above) each time the respective humidity TS-07 Requirement #3.6-7 threshold is reached in the Host Subsystem; the ORT Zone Subsystem; the Video Audit Subsystem; or this MOMS.

This enclosure monitoring function shall automatically shut down all Equipment in an enclosure, whenever the corresponding humidity threshold is reached and send another alert (see section 3.2 above) reporting completion of the shutdown. Such TS-07 Requirement #3.6-8 shutdown shall prevent loss or corruption of any data including but not limited to MOMS data, Vehicle Records, other ORT Zone Subsystem data, data received from the VDOT E-ZPass CSC, data received from other third parties, and transaction records.

Each stored item above shall be stored in a manner that makes it easy for an infrequent Department user(s) to search for it; locate TS-07 Requirement #3.6-9 it; display it; export it in .pdf, .xlsx, and .csv formats, and email it in any of these formats. 3.7 System Security The Offeror shall detail the original manufacturer, full product name, version number, license type and summary of license terms of all COTS Software proposed for firewalls; intrusion detection and prevention; unauthorized access detection and prevention; virus protection; spam protection, denial-of-service attack protection, and all other system security measures. Such detail shall include a listing of all of the Toll System elements on which such Software will be installed and a detailed description of the extent to which such installation provides the required safeguards. The MOMS shall provide a system security function that includes, but is not limited to, the following. The MOMS shall provide firewalls; intrusion detection and prevention; unauthorized access detection and prevention; virus protection; spam protection, denial-of-service attack protection, and all other system security measures that: • Protect the Toll System from cyber security risks created or propagated by Toll System users, adjoining systems and TS-07 Requirement #3.7-1 third parties • Ensure continued operation of the Toll System in accordance with all contractual Requirements and in a manner that does not adversely affect adjoining systems operated by others

The MOMS shall check for all updates for all such Software from their original manufacturer according to the schedule in the Management Plan, developed during the design phase; log all updates found in the MOMS; include such logs in reports; and cause the TS-07 Requirement #3.7-2 MOMS to immediately issue an alert for each update found. Such schedule shall be configurable, with a maximum time between each such update check no greater than the recommendation of the original manufacturer of the respective Software.

The MOMS shall provide for all such updates to be automatically downloaded and applied; however, the MOMS shall be readily configurable by Department users to turn off such automatic updates and instead automatically subject each such update to TS-07 Requirement #3.7-3 Approval of a Department user prior to download or Approval of a Department user prior to installation. Such configuration shall be on a product by product basis. This security function shall record and track user sign‑on access and access failures, both local and remote, to any element of the TS-07 Requirement #3.7-4 Toll System for security audit proposes.

Page 140 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* TS-07 Requirement #3.7-5 This security function shall log, store and send an alert (see section 3.2 above) each time there is a sign-on access failure. This security function shall continuously monitor for unauthorized access and shall log, store and send an alert (see section 3.2 TS-07 Requirement #3.7-6 above) each time unauthorized access is attempted. This security function shall separately generate and send a report (see section 3.8 below) to the designated Department user(s) TS-07 Requirement #3.7-7 within twenty-four (24) hours of each such sign-on access failure and each such unauthorized access attempt. 3.8 Reports The MOMS shall provide a report function that includes, but is not limited to, the following. This report function shall provide all the screens, tools and other functions necessary for a Department user(s) to generate detailed TS-07 Requirement #3.8-1 reports of health monitoring (see section 3.1 above) using various criteria and report templates as selected by a Department user(s). TS-07 Requirement #3.8-2 Such health monitoring reports shall include comprehensive reporting of Toll System performance.

This report function shall provide all the screens, tools and other functions necessary for a Department user(s) to generate reports TS-07 Requirement #3.8-3 for alerts (see section 3.2 above) using various criteria and report templates as selected by a Department user(s).

Such alert reports shall include comprehensive reporting of the associated Mean Time Between Failure and the Contractor’s response including but not limited to time to acknowledge, time to respond, time to repair, troubleshooting activities conducted TS-07 Requirement #3.8-4 during the associated response(s), field replaceable units removed during the associated response(s) with an identification of Warranty versus non‑Warranty replacement and field replaceable units installed during the associated response(s).

This report function shall provide all the screens, tools and other functions necessary for a Department user(s) to generate reports TS-07 Requirement #3.8-5 for work orders (see section 3.3 above) using various criteria and report templates as selected by a Department user(s).

This report function shall provide all the screens, tools and other functions necessary for a Department user(s) to generate reports TS-07 Requirement #3.8-6 for parts tracking (see section 3.4 above) using various criteria and report templates as selected by a Department user(s).

This report function shall provide all the screens, tools and other functions necessary for a Department user(s) to generate reports TS-07 Requirement #3.8-7 for Software asset management (see section 3.5 above) using various criteria and report templates as selected by a Department user(s).

This report function shall provide all the screens, tools and other functions necessary for a Department user(s) to generate reports TS-07 Requirement #3.8-8 for enclosure monitoring (see section 3.6 above) using various criteria and report templates as selected by a Department user(s).

This report function shall provide all the screens, tools and other functions necessary for a Department user(s) to generate reports TS-07 Requirement #3.8-9 for system security (see section 3.7 above) shall be stated in the SDR document using various criteria and report templates as selected by a Department user(s). This report function shall provide all the screens, tools and other functions necessary for a Department user(s) to generate reports for other aspects of the Toll System including but not limited to: a) Summarized and detailed alarm history TS-07 Requirement #3.8-10 b) Maintenance paging and response history c) Equipment availability d) Preventive Maintenance

Page 141 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* e) Pervasive Maintenance f) Corrective Maintenance g) Equipment use history h) Equipment repair history i) Total system availability j) Subsystem availability k) Incident logs and lost revenue estimates l) MTBF for the preceding and current Maintenance periods and cumulative m) Performance reports detailing compliance to the performance Requirements n) Status of removed parts and Equipment with an aging status for parts under repair or replacement (serial numbers, being repaired at in-house Maintenance shop, returned to original Equipment manufacturer for repair, purchase replacement part) o) An exceptions report summarizing all unusual or significant occurrences during the period p) Trend analysis for repetitive failure q) Status of spare parts inventory r) Staffing report detailing positions, staff hours worked and performance Each report above shall be implemented in a manner that makes it easy for an infrequent Department user(s) to initiate it; display it; TS-07 Requirement #3.8-11 export it in .pdf, .xlsx, and .csv formats, and email it in any of these formats. Criteria, report templates and associated file types selected by Department users (e.g. the “user settings”) shall apply in all cases TS-07 Requirement #3.8-12 until such time as the Department user specifically initiates new settings. 4. System Integration Documents General Requirements for the System Integration design and testing documents are stated in Tolling Specification #01: Project Management, Documentation, Design and Test Services Additional Requirements specific to the MOMS are as follows. 4.1 SDR Document TS-07 Requirement #4.1-1 All Requirements for health monitoring (see section 3.1 above) shall be stated in the SDR document. TS-07 Requirement #4.1-2 All Requirements for alerts (see section 3.2 above) shall be stated in the SDR document. TS-07 Requirement #4.1-3 All Requirements for work orders (see section 3.3 above) shall be stated in the SDR document. TS-07 Requirement #4.1-4 All Requirements for parts tracking (see section 3.4 above) shall be stated in the SDR document. TS-07 Requirement #4.1-5 All Requirements for Software asset management (see section 3.5 above) shall be stated in the SDR document. TS-07 Requirement #4.1-6 All Requirements for enclosure monitoring (see section 3.6 above) shall be stated in the SDR document.

TS-07 Requirement #4.1-7 All Requirements for the system security responsibilities of the MOMS (see section 3.7 above) shall be stated in the SDR document.

TS-07 Requirement #4.1-8 All Requirements for reports (see section 3.8 above) shall be stated in the SDR document. TS-07 Requirement #4.1-9 All other Requirements related to the MOMS shall be stated in the SDR document. 4.2 SDD Document

TS-07 Requirement #4.2-1 The SDD document shall detail all Hardware and Software that implements the health monitoring function (see section 3.1 above).

TS-07 Requirement #4.2-2 The SDD document shall contain process diagrams for all health monitoring and a corresponding narrative.

Page 142 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided* The SDD document shall contain a comprehensive Toll System fault table showing the Toll System elements responsible for TS-07 Requirement #4.2-3 detection, incident storage and alert of each fault. TS-07 Requirement #4.2-4 The SDD document shall detail all Hardware and Software that implements the alerts function (see section 3.2 above).

TS-07 Requirement #4.2-5 The SDD document shall detail the Hardware and Software used to implement the work orders function (see section 3.3 above).

TS-07 Requirement #4.2-6 The SDD document shall detail the Hardware and Software used to implement the parts tracking function (see section 3.4 above).

The SDD document shall detail the Hardware and Software used to implement the Software asset management function (see TS-07 Requirement #4.2-7 section 3.5 above). The SDD document shall detail the Hardware and Software used to implement the enclosure monitoring function (see section 3.6 TS-07 Requirement #4.2-8 above). TS-07 Requirement #4.2-9 The SDD document shall detail the system security responsibilities of the MOMS (see section 3.7 above).

TS-07 Requirement #4.2-10 The SDD document shall detail the Hardware and Software used to implement the reports function (see section 3.8 above).

TS-07 Requirement #4.2-11 The SDD document shall detail the Hardware and Software used to implement all other MOMS functions. 4.3 Detailed Test Procedures

TS-07 Requirement #4.3-1 The Detailed Test Procedures document shall fully describe all testing of the health monitoring function (see section 3.1 above).

TS-07 Requirement #4.3-2 The Detailed Test Procedures document shall fully describe all testing of the alerts function (see section 3.2 above).

TS-07 Requirement #4.3-3 The Detailed Test Procedures document shall fully describe all testing of the work orders function (see section 3.3 above).

TS-07 Requirement #4.3-4 The Detailed Test Procedures document shall fully describe all testing of the parts tracking function (see section 3.4 above).

The Detailed Test Procedures document shall fully describe all testing of the Software asset management function (see section 3.5 TS-07 Requirement #4.3-5 above).

TS-07 Requirement #4.3-6 The Detailed Test Procedures document shall fully describe all testing of the enclosure monitoring function (see section 3.6 above).

TS-07 Requirement #4.3-7 The Detailed Test Procedures document shall fully describe all testing of the reports function (see section 3.8 above). TS-07 Requirement #4.3-8 The Detailed Test Procedures document shall fully describe all testing of all other MOMS functions. 5. System Manuals General Requirements for the System Manuals are stated in Tolling Specification #01: Project Management, Documentation, Design and Test Services. Additional Requirements specific to the MOMS are as follows. Operation of all functions specified in sections 3.1 through 3.8 above and all other MOMS functions shall be fully detailed in the TS-07 Requirement #5-1 System Maintenance Manual (specified in the TS-01 document). 6. Training General Requirements for Training are stated in Tolling Specification #01: Project Management, Documentation, Design and Test Services. Additional Requirements specific to the MOMS are as follows.

Page 143 of 144 Fredericksburg District Procurement RFP # 153822 VDOT I-64 Express Lanes, Toll Systems and Services

Required Inputs Status Comments Requirement ID B-Base Product M-Base Modified Comment required if "Not Requirements D-New Development Provided*", optional otherwise. N-Not Provided*

The Contractor shall provide detailed training for administration and operation of all functions specified in sections 3.1 through 3.8 TS-07 Requirement #6-1 above and all other MOMS functions as part of the System Administrator course (specified in the TS-01 document).

7. Hardware and Installation Requirements for Hardware and installation are stated in Tolling Specification #03: Hardware and Installation. 8. Infrastructure Documentation General Requirements for the Engineer of Record (EOR) and infrastructure documentation are stated in Tolling Specification #01: Project Management, Documentation, Design and Test Services. Additional Requirements specific to the MOMS are as follows.

The detailed design drawings, detailed design specifications, detailed design calculations and shop drawings shall fully describe all Toll System elements installed outside of the Primary Host; outside of the Secondary (back-up) Host; and outside of the Equipment shelters furnished by the Department at the ORT Zones, including but not limited to, MOMS related: TS-07 Requirement #8-1 a) Equipment enclosures b) Equipment enclosure mounting brackets, the infrastructure to which they are attached and other mounting Hardware c) Conduits, cabling, workboxes and associated mounting brackets and Hardware

Page 144 of 144