<<

SECTION 3

EXHIBIT “A”, SCOPE OF SERVICES

FLORIDA STATE SAFETY OVERSIGHT (SSO) PROGRAM CONSULTANT SUPPORT SERVICES

RFP-DOT-15/16-9020-DC

Administered by the Department of Transportation

Page 26 RFP-DOT-1516-9020-DC Table of Contents

1. OBJECTIVE AND BACKGROUND…. 1.1 Services Additions and Deletions… 1.2 Contract Management… 2. KEY TO ACRONYMS AND ABBREVIATIONS…. 3. DEFINITIONS FOR CONTRACT AND TASK WORK ORDERS…. 4. AUTHORIZATION AND ASSIGNMENT OF SERVICES…. 4.1 FGTS Agencies…. 4.2 Task Work Order (TWO) Records and Data…. 5. SCOPE OF SERVICES TO BE AUTHORIZED … 6. VENDOR RESPONSIBILITIES… 7. SUBCONTRACTING… 8. EXPERIENCE, QUALIFICATIONS, AND TECHNOLOGY REQUIREMENTS… 9. FINANCIAL CONSEQUENCES…. 10. APPENDIX I: FEDERAL AID TERMS AND CONDITIONS…. 11. APPENDIX II: INFORMATION TECHNOLOGY RESOURCES….

Page 27 RFP-DOT-1516-9020-DC 1. OBJECTIVE AND BACKGROUND: The Florida Department of Transportation (Department or FDOT) is soliciting written proposals from qualified Proposers to establish a five (5) year contract to provide qualified consultant personnel to perform services to support the State Safety Oversight program administered by the FDOT Freight, Logistics and Passenger Operations/Transit Office. Section 341.061(1), F.S., designates the Department as the State Safety Oversight (SSO) Agency with the responsibility for implementation and enforcement of the statutory provisions, statewide. The awarded Proposer (VENDOR) will provide qualified consultant personnel to assist the FDOT in managing and implementing the SSO Program consistent with the requirements established by Section 341.061(1) F.S., the Safety and Security Oversight Program Standards Manual, and in accordance with regulations issued by the Federal Transit Administration (FTA) in 49 CFR Part 659 and all new requirements for FTA’s SSO program in the surface transportation authorization, Moving Ahead for Progress in the 21st Century (MAP-21), in 49 United States Code (U.S.C.) Section 5329, Public transportation safety program and other direction as issued by the FDOT and FTA in special directives, rulemakings, and other policy documents.

Section 341.061(1), Florida Statutes (F.S.), requires the establishment of minimum safety standards for all governmentally owned Fixed Guideway Transportation Systems (FGTSs) and privately owned or operated FGTSs operating in the State of Florida which are financed wholly or partly by state funds. The FDOT is responsible for establishing standards for rail transit safety and security practices and procedures to be used by rail transit agencies within its purview. Section 341.061(1) F.S. establishes the authority for the Safety and Security Oversight) Program Standards Manual for Fixed Guideway Transportation Systems. The Safety and Security Oversight Program Standards Manual is incorporated by Rule 14-15.017, Florida Administrative Code (F.A.C.) and made a part of the Rules of the Department. The Safety and Security Oversight Program Standards Manual documents FGTS and Department activities to implement Section 341.061(1) F.S., Federal requirements, and to ensure ongoing communication between the Department and each affected FGTS regarding safety and security information, and to implement policies for Department and communication with the FTA.

1.1 Services Additions and Deletions Due to changing dynamics within the State Safety Oversight Program, and during the Contract period and any renewal periods, the Department shall have the right to add or delete services to or from this agreement by adding them to or removing them from the Price Sheet and Ordering Instructions, provided that such changes are within the general scope of the Contract. Any new services added shall be at the requirements, specifications, terms, and conditions stated herein or as later stipulated by the Department, and at mutually agreed pricing accepted, in writing, by both the VENDOR and the Department. Services may be removed at the sole discretion of the Department, per the requirements, terms, and conditions herein and/or as permitted by Florida Statutes or Florida Administrative Code.

1.2 Contract Management The Department will assign a Contract Manager to be responsible to provide overall program direction for the Florida State Safety Oversight Program and for coordination with the VENDOR in the management of their consultant personnel as required to perform SSO program work on behalf of the Department under this contract.

1.3 VENDOR Not Employee or Agent The VENDOR and its employees, agents, representatives, or subcontractors are not employees of the Department and are not entitled to the benefits of State of Florida employees. Except to the extent expressly authorized in this Contract, the VENDOR and its employees, agents, representatives, or subcontractors are not agents of the Department or the State for any purpose or authority such as to bind or represent the interests thereof, and shall not represent that it is an agent or that it is acting on behalf of the Department or State. The Department will not be bound by any unauthorized acts or conduct of the VENDOR.

Page 28 RFP-DOT-1516-9020-DC 2. KEY TO ACRONYMS AND ABBREVIATIONS: FGTS – Fixed Guideway Transportation System SSO – State Safety Oversight FDOT – Florida Department of Transportation F.S. – Florida Statute F.A.C. – Florida Administrative Code TWO – Task Work Order CAP – Corrective Action Plan FRA – Federal Railroad Administration FTA – Federal Transit Administration PHA – Preliminary Hazard Analysis NTSB – National Transportation Safety Board CFR – Code of Federal Regulations RTA – Rail Transit Agency SSC – Safety and Security Certification SSCP – Safety and Security Certification Plan SPP – Security Program Plan SSPP – System Safety Program Plan TSA – Transportation Security Administration DHS – Department of Homeland Security USDOT – United States Department of Transportation SMS – Safety Management Systems ITP – Individual Training Plan SSO DMS – State Safety Oversight Document Management System SSOA – State Safety Oversight Agency HART – Hillsborough Area Regional Transit JTA – Jacksonville Transportation Authority MDT – -Dade Transit CWP – Certification Work Plan MAP-21 – Moving Ahead for Progress in the 21st Century Act RFP – Request for Proposals BCT – SFRTA – South Florida Regional Transit Authority 3. DEFINITIONS FOR CONTRACT AND TASK WORK ORDERS: • Accident - means an event that involves any of the following: A fatality; one or more persons suffers a serious injury; property or equipment damage equal to or greater than $25,000; a mainline derailment, occurring at any location; an evacuation of equipment or a station to prevent injury or loss of life.

• Accountable Executive - means a single, identifiable person who has ultimate responsibility for carrying out the Safety Management System of a public transportation agency; responsibility for carrying out the agency's Transit Asset Management Plan; and control or direction over the human and capital resources needed to develop and maintain both the agency's Public Transportation Agency Safety Plan, in accordance with 49 U.S.C. 5329(d), and the agency's Transit Asset Management Plan in accordance with 49 U.S.C. 5326.

Page 29 RFP-DOT-1516-9020-DC • Contract Manager - The FDOT’s Contract Manager will serve as the contract administrator and will provide overall program direction for the Florida State Safety Oversight Program. For purposes of this contract RFP, Contract Manager and contract administrator mean one and the same. The FDOT retains the right to change the Contract Manager at its discretion.

• Corrective Action Plan (CAP) - A plan developed by the FDOT or FGTS that describes the actions the FDOT or the FGTS will take to minimize, control, correct, or eliminate hazards, and the schedule for implementing those actions.

• Event – means an accident, incident, or occurrence.

• Federal Railroad Administration (FRA) - An agency of the U.S. Department of Transportation.

• Federal Transit Administration (FTA) - An agency of the U.S. Department of Transportation that provides financial and technical assistance to local public transit systems.

• Fixed Guideway Transportation System (FGTS) – (For purposes of this contract, a FGTS and a rail transit agency (RTA) shall mean one and the same) - As determined by FTA, any light, heavy, or rapid rail system, , inclined plane, funicular, trolley, or automated guideway that: o (1) is not regulated by the Federal Railroad Administration; and o (2) is included in FTA’s calculation of fixed guideway route miles to receive funding under FTA’s formula program for urbanized areas (49 U.S.C. § 5336); or o (3) has submitted documentation to FTA indicating its intent to be included in FTA’s calculation of fixed guideway route miles to receive funding under FTA’s formula program for urbanized areas (49 U.S.C. § 5336).

• Fixed Guideway Transportation System Controlled Property - Property that is used by the FGTS and may be owned, leased, or maintained by the FGTS.

• Fixed Guideway Transportation System Vehicle - The FGTS’s rolling stock, including but not limited to passenger and maintenance vehicles.

• Florida Department of Transportation (Department or FDOT) - Florida Executive Agency that reports directly to the Governor. FDOT is also the State Safety Oversight Agency with the responsibility for implementation and enforcement of the statutory provisions statewide that are outlined in the SSO Manual.

• Hazard - Any real or potential condition that can cause injury, illness, or death; damage to or loss of a system, equipment or property; or damage to the environment.

• Hazard Analysis - means formal analysis performed to identify and classify hazards for the purpose of their elimination or control. Examples include preliminary hazard analysis (PHA), systems hazard analysis (SHA), and a variety of reliability analyses, including Failure Modes Effects and Criticality Analysis (FMECA).

• Hazard Resolution - means the analysis and subsequent action taken to reduce, to the lowest level practical, the consequences associated with an identified hazard.

• Incident - means an Event that exceeds the definition of an Occurrence, but does not meet the requirements of an Accident. Examples include, but are not limited to: A near miss or close call, a railyard derailment, non-serious injuries, a violation of a safety standard, or equipment or property damage less than $25,000 that affects transit operations.

• Investigation - The process used to determine the causal and contributing factors of an accident, incident, or hazard, so that actions can be identified to prevent recurrence.

Page 30 RFP-DOT-1516-9020-DC • National Transportation Safety Board (NTSB) - is an independent Federal agency charged by Congress with investigating every civil aviation accident the United States and significant accidents in other modes of transportation – railroad, highway, marine and pipeline.

• New Starts Project - Any FGTS or extension to an existing FGTS funded under FTA’s 49 U.S.C. 5309 discretionary construction program.

• Occurrence – means an event with injuries, where damage occurs to property or equipment but does not affect transit operations.

• Operational Readiness - the process used to ensure that rules and procedures are developed to effectively incorporate all safety and security requirements specified during design and identified through safety and security analysis. This includes the process to ensure that the project has provided training to personnel and is using qualified and capable operations and maintenance personnel to initiate revenue service.

• Passenger - A person who is on board, boarding, or alighting from a FGTS vehicle for the purpose of travel.

• Passenger Operation - The period of time when any aspect of FGTS operations are initiated with the intent of carrying passengers.

• Pre-Revenue Operations Assessment - Activities typically performed at the conclusion of construction to verify the functional capability and readiness of the system as a whole. It concludes with verified documentation of readiness for revenue operations.

• Proposer - means the prime vendor acting on its own behalf and those individuals, partnerships, firms, or corporations comprising the Proposer team.

• Rail Transit Agency (RTA) - Any entity that operates a FGTS. For purposes of this SSO Manual, a rail transit agency and a FGTS shall mean the same.

• Revenue Service - means the time when transit vehicles are available to the general public and there is an expectation of carrying passengers. These passengers either directly pay fares or are subsidized by public policy or contractual arrangement.

• Safety - Freedom from harm resulting from unintentional acts or circumstances.

• Safety and Security Certification (SSC) - is a process by which the FGTS self-certifies satisfactory compliance with a formal list of safety requirements of a transit capital project. This process includes verifying conformance with specified safety and security requirements and is applied to project development to ensure that all practical steps have been taken to optimize the operational safety and security of the project during engineering, design, and construction before the start of passenger operation.

• Safety and Security Certification Plan (SSCP) - means the document that describes the process used to verify that safety and security related requirements are incorporated into a project, thereby demonstrating that it is operationally ready for revenue service and safe and secure for passengers, employees, emergency responders, and the general public.

• Safety and Security Oversight Program Standards Manual (SSO Manual) - The document identifying and describing the SSO agency requirements and standards for compliance with Section 341.061, F.S. and 49 CFR 659.

• Safety and Security Requirements - means a listing of safety and security codes, regulations, rules, design procedures, standards, recommended practices, handbooks, and manuals prepared to provide guidance to designers in the development of safety and security design criteria and project specifications and bid documents.

Page 31 RFP-DOT-1516-9020-DC • Safety Management Systems (SMS) – means the formal, top-down, organization-wide approach to managing safety risk and assuring the effectiveness of a RTA’s safety risk controls. SMS includes procedures, practices, and policies for managing risks and hazards.

• Security - Freedom from harm resulting from intentional acts or circumstances.

• Security Program Plan (SPP) - A document developed and adopted by the FGTS detailing its security policies, objectives, responsibilities, and procedures.

• State - State of the United States, the District of Columbia, Puerto Rico, the Northern Marian Islands, Guam, American Samoa, and the Virgin Islands. Specific to this contract, State will refer to the “State of Florida”.

• State Safety Oversight (SSO) Agency - The entity, other than the FGTS, designated by the State of Florida to implement 49 CFR 659. The Department has been designated as the Florida SSO Agency.

• System Safety Program Plan (SSPP) - A document developed and adopted by the FGTS detailing its safety policies, objectives, responsibilities, and procedures.

• Transportation Security Administration (TSA) - an agency within the Department of Homeland Security.

• U.S. Department of Homeland Security (DHS) - the Department of the U.S. federal government charged with protecting U.S. territory from terrorist attacks and providing a coordinated response to large-scale emergencies.

• U.S. Department of Transportation (USDOT) – the Department of the U.S. federal government that coordinates and institutes national transportation programs.

• VENDOR – The successful Proposer who is awarded this contract.

4. AUTHORIZATION AND ASSIGNMENT OF SERVICES: The Department shall request SSO program consultant services on an as-needed basis, and a Task Work Order (TWO) with an independent scope of services, deliverable(s), period of performance, and method of compensation will be issued by the Department’s Contract Manager to authorize each project assigned. The VENDOR will be expected to provide qualified personnel that meet the requirements specified in this Scope of Services throughout the term of the contract. The VENDOR’s personnel shall adhere to the same professional and ethical standards of conduct required of State personnel.

4.1 This contract covers SSO program consultant support services for FGTS oversight activities for the following agencies.

• The Hillsborough Area Regional Transit TECO Streetcar - Tampa, Florida: The TECO Streetcar line consists of a 2.7 mile single-track route with eleven stations throughout Ybor City, Channelside, and downtown Tampa.

• The Jacksonville Transportation Authority Automated Skyway Express – Jacksonville, Florida: The Jacksonville Skyway operates on 2.5 miles of elevated track through . It currently serves eight stations through two routes: the Northbank and lines.

• The Miami-Dade Transit and Metrorail systems - Miami, Florida: Miami-Dade Transit operates two separate FGTS modes the Metromover and the Metrorail. The Metromover operates on 4.4 miles of track through Omni, downtown, and Brickell. Metrorail operates on 25 miles of dual track from Miami International Airport through Kendall, South Miami, Coral Gables, downtown Miami, the Civic Center/ Jackson Memorial Hospital area, Brownsville, Liberty City, Hialeah and Medley. Metromover currently serves 21 stations and Metrorail serves 23 stations.

Page 32 RFP-DOT-1516-9020-DC • The Wave Streetcar System in Ft. Lauderdale** - Streetcar System currently in the design phase.

4.2 Task Work Order (TWO) Records and Data:

The VENDOR shall maintain accounting records and other evidence pertaining to the costs incurred on each TWO. This data will be made available for inspection by the FDOT, at dates and times mutually agreed to by the FDOT and the VENDOR during the contract period and for five (5) years after the date of the final payment of each associated TWO.

Any TWO issued under this contract and funded with federal funds shall be maintained in accordance with Federal Acquisition Regulations Subpart 31.104 and Office of Management and Budget (OMB) Circulars A-21 and A-110. By this reference, said Subpart of the Federal Acquisition Regulations and OMB circulars are incorporated into and hereby made a part of this Agreement. This contract and any associated TWOs will be made available for inspection by the U.S. Department of Transportation or any authorized representative of the federal government.

5. SCOPE OF SERVICES TO BE AUTHORIZED: I. General State Safety and Security Oversight (SSO) Program Consultant Support Services a. The VENDOR shall provide qualified personnel to coordinate with the FDOT Contract Manager to help provide project management oversight of all FDOT SSO activities specific to FGTSs under this contract.

b. The VENDOR shall provide general SSO consultant support services to include, but not be limited to, FGTS hazard reviews and investigations; accident reviews and investigations; incident reviews and investigations; investigations and analysis of Fixed Guideway Transportation System Controlled Property and vehicles; operating, training, maintenance, safety and security plans, rules and procedures; on an ongoing basis as directed by the FDOT Contract Manager.

II. Ongoing Oversight Support Services The VENDOR shall provide a wide range of qualified personnel to provide ongoing SSO program consultant support services, including but not limited to: a. Review for FDOT approval the FGTS safety program plan, security program plan, hazard management plan, accident investigation plan, maintenance plan, and other required FGTS plans, programs, and policies for compliance with 49 CFR Part 659, all new requirements for FTA’s SSO program in the surface transportation authorization, Moving Ahead for Progress in the 21st Century (MAP-21) Act, in 49 United States Code (U.S.C.) Section 5329, Public transportation safety program, Florida Statute 341.061(1) and FDOT’s State Safety and Security Oversight Program Standards Manual (725-030-014) as amended or rescinded and replace by the relevant governing authority. b. Development and submittal of as needed FDOT letters and memos to the FGTSs. c. Review the FGTS implementation of its internal audit program for identifying, tracking, and resolving safety and security program deficiencies.

d. Participating in the FTA quarterly progress meetings with the FDOT. e. Gathering all necessary documentation and participating in FTA Audits and inspections of the FDOT SSO Program. f. Preparing any SSO briefing Materials

Page 33 RFP-DOT-1516-9020-DC g. Assist with the development and implementation of the FTA MAP 21 required FDOT Certification Work Plan (CWP). h. Assist FDOT with response to any FTA SSO Notice of Propose Rule Makings (will also include any “Advanced” Notice of Proposed Rulemaking). i. Assist and provide comment as needed on updates to the FDOT’s State Safety and Security Oversight Program Standards Manual (725-030-014). j. Assist and provide comment as needed on updates to the FDOT’s State Safety and Security Oversight Program Implementation Guidelines. k. Development of checklist for purposes of gathering as needed and consistent safety and security data. l. Assist FDOT with implementation of any FTA general and special directives. m. Regular contact with and be available to FDOT for discussing and reviewing safety- and security-related concerns, issues, and topics as required. n. Regular contact with and be available to each FGTS to answer questions and provide technical assistance and guidance as required and requested. o. Administrative support (i.e. preparation of communication materials, correspondence, meeting minutes, databases, etc.). p. Be available for scheduled and unscheduled telephone calls and meetings with FDOT and Florida FGTSs as requested and required. q. Maintenance of Calendar of upcoming SSO program critical dates for report preparation, meetings, etc. r. Review and approval of FGTS Corrective actions plans and implementation schedules. s. Review of updates to transit agency SSPPs and SSPs and other plans, policies, procedures and practices. t. Ongoing Data Analysis to help determine if the FDOT and FGTS are gathering the appropriate information and properly analyzing, investigating, and addressing incidents and issues. u. Conduct an initial assessment of a FGTS reportable event and unacceptable hazard conditions and provide the assessment to the FDOT Contract Manager within 24 hours of the event. v. Manage the FDOT State Safety Oversight Document Management System (SSO DMS):

i. The VENDOR must use the online SSO DMS to formally control, house, and respond to documents and notifications from the FGTSs. Use of the SSO DMS will allow the FDOT:

• To provide formal approval and comment on FGTS required submitted documents.

• To respond to FGTS notification of reportable events and hazards.

• To monitor, review, respond to, and track FGTS safety and security plans, polices, corrective action plans, and associated documents.

• Organize and store all required FDOT and FGTS documents.

Page 34 RFP-DOT-1516-9020-DC • Attach supporting documents to appropriate forms maintained in the SSO DMS. III. FDOT Annual and As requested Reporting and Certification a. The FDOT is required to provide, at least annually, a status report on the safety of rail fixed guideway public transportation systems the SSOA oversees to the FTA, the Governor, and the board of directors or equivalent entity of the FGTS. The FDOT must also certify to the FTA that it has complied with the requirements of the requirement of 49 CFR Part 659 and all new requirements for FTA’s SSO program in the surface transportation authorization, Moving Ahead for Progress in the 21st Century (MAP-21), in 49 United States Code (U.S.C.) Section 5329, Public transportation safety program, and to submit its certification electronically to FTA using a reporting system specified by the FTA.

i. The VENDOR will work with the FDOT and FGTS to gather and develop the required information for the annual report and required certification.

ii. The annual report will summarize FDOT SSO oversight activities completed during the previous calendar year, including summaries of information on CAPs, program material updates (e.g. SSPP, SPP, etc.), three-year review follow-up activities, accident/incident reports and investigations, and other milestones and accomplishments. The annual report will also document FDOT supporting procedures and/or materials that may have changed during the previous year, and will affirm that FDOT has reviewed and approved the SSPP and SPP of the FGTSs it oversees.

iii. Upon FDOT approval of the information in the report, the VENDOR will input the information into the FTA Office of Safety Oversight online reporting tool or other method required by the FTA. The VENDOR must be or become familiar with the FTA reporting tool prior to the normal March 15th submittal date. The FDOT user I D and password for the site will be provided as necessary.

b. The VENDOR will work with the FDOT throughout the year to maintain all necessary information and documentation and to monitor the status of all FDOT required oversight activities. As a result, the annual report to FTA should be completed as efficiently as possible.

IV. FDOT Triennial Audits of the FGTS (3-year Safety and Security Audit) a. The VENDOR will conduct FGTS Triennial Audits of each FGTS (3-year Safety and Security Audit) to verify the implementation and effect of the FGTS approved safety and security program plans, policies, and practices. The VENDOR must provide a team of qualified personnel appropriate for the size of each FGTS, mode, and scope of the audit. Safety and Security implementation and documentation to be reviewed will include but is not limited to:

i. System Safety Program Plans ii. Security Program Plans iii. Safety and Security Procedures iv. Safety and Security Review Committee meetings, minutes and documents v. Emergency Preparedness and Response Plans vi. Operating rulebooks, bulletins, and procedures vii. Maintenance, schedules, manuals and procedures viii. Internal hazard logs ix. Control center and dispatch logs x. Reportable Event Investigations, analysis, and reports.

Page 35 RFP-DOT-1516-9020-DC xi. Review the FGTS method for identifying, documenting, evaluating, scheduling, tracking and implementing corrective actions in response to external and internal audits and reviews and for reportable accidents, incidents, and hazards xii. Drug & Alcohol Policy documents and implementation xiii. Relevant RTA job descriptions xiv. Training program lesson plans, testing criteria, testing results, on-the-job training criteria, employee training files, etc. xv. Internal Audit Procedures, reports, and corrective action plans xvi. Peer review reports, etc. prepared during the previous three years. xvii. An examination of the FGTS safety and security management practices and processes, as applicable, for tracking all items necessary to maximize safety and security in the areas of operations, maintenance, training, inspections and employee testing.

b. The tentative schedule for each FGTS triennial audit under this contract will be: i. HART - February 2016 & 2019 (subject to change) ii. JTA - November 2016 & 2019 (subject to change) iii. MDT - November 2017 & 2020 (subject to change)

V. Onsite Reviews/Reports/CAP Follow up/Technical Assistance and Teleconference Discussions:

a. The VENDOR will conduct bi-monthly on-site reviews of HART, JTA, and MDT on behalf of the FDOT. Each review will be conducted pursuant to state and federal compliance requirements and the VENDOR will prepare a report and provide an evaluation and overall assessment of both the FGTS implementation of its system safety and security program plans and compliance with FTA statute 49 CFR 659, any FTA “Special” and “General” Directives and the FDOT State Safety Oversight Program Standards and Procedures, as amended. The length of an onsite review will be based on the size of the FGTS and the scope of the review. The minimum and maximum time allowed for a review will be 1-3 days, or as required by the FDOT Contract Manager. An onsite bi-monthly review/inspection of the FGTS will not be conducted during months where a FDOT required triennial audit of the FGTS is scheduled.

At the direction of the Contract Manager, the VENDOR must also be able to provide qualified personnel to conduct unscheduled and unannounced onsite reviews and inspections of the FGTS covered under this contract. Areas of review and inspection may cover any area identified in the triennial review section and the FGTS approved safety and security plans, policies, procedures, reports, and other applicable programs documents. Some of the specific activities that will be covered during an onsite are:

i. Follow up on ongoing safety and security issues.

ii. Observing and reviewing training, maintenance, and/or operational activities conducted by the FGTS.

iii. Participating in FGTS safety and security meetings

iv. Providing FGTS as needed and requested technical assistance and training

v. Gathering necessary safety and security data

vi. Detailed reviews of FGTS reportable events and hazardous condition investigations reports, hazard and control center logs, and corrective actions. vii. To verify implementation and approve closure of corrective actions.

Page 36 RFP-DOT-1516-9020-DC b. The VENDOR will work with FDOT to schedule and hold separate, formal bi-monthly teleconference meetings with HART, JTA, and MDT FGTSs. i. The VENDOR will schedule teleconference meetings to alternate with regularly scheduled bi-monthly onsite reviews. ii. The VENDOR will develop and distribute an agenda for each meeting. iii. Each teleconference will be scheduled for no less than 90 minutes and will allow enough time to afford essential managers from each agency the opportunity to discuss and provide updates about CAPs, open investigations, safety/security submittals to FDOT, and other safety- and/or security-related operations and maintenance issues, as necessary. iv. The VENDOR will lead the teleconference meeting and maintain the meeting notes.

v. After the meeting, the VENDOR will distribute the meeting notes to all in attendance and will include any action items resulting from the meeting discussion. vi. The VENDOR will follow up and track all action items resulting from the meeting. c. The VENDOR will work with FDOT to schedule and hold separate, formal monthly teleconference meetings with the BCT/SFRTA WAVE project partners. Once this system is in revenue operations, it will follow the same schedule as required in sections “a & b” above. d. The VENDOR will work with the FGTS and take any required FGTS training and assessment to gain the necessary and appropriate access to the FGTS property and records for review. VI. Accident, Incident, Hazard Investigation and Tracking a. At the direction of the FDOT, the VENDOR will provide qualified personnel to conduct the investigation of reportable events and unacceptable hazard conditions that may occur at the FGTS covered under this contract. i. As part of the ongoing support services, the VENDOR will conduct an initial assessment of a FGTS reportable event and unacceptable hazard conditions and will provide the assessment to the FDOT Contract Manager within 24 hours of the event. • A reportable event and unacceptable hazardous condition may require the VENDOR to go onsite to conduct the initial assessment. ii. A TWO may be developed and issued for a formal onsite accident and hazardous condition investigation conducted by the SSO. At the direction of the Contract Manager, the VENDOR is expected to have the necessary qualified personnel onsite within 24 hours or less on approval of the formal investigation TWO order.

iii. The FDOT reserves the right to secure other investigation assistance, as necessary b. The VENDOR will provide qualified personnel to conduct hazard program management training and other as needed reportable event training and technical assistance.

c. The VENDOR will develop formal accident, incident, and hazard investigation reports as required.

d. The VENDOR will develop FGTS corrective actions and recommendations as required. e. Responding to and tracking reportable events and hazards within 30 minutes of notification by the FGTS.

Page 37 RFP-DOT-1516-9020-DC f. Monitor and review accident and hazardous conditions investigation activities conducted by the FGTS; g. Participate as a member of an NTSB subgroup or as a technical advisor, representing the FDOT, in the event of an NTSB investigation.

h. Participate as a member of an FTA subgroup or as a technical advisor, representing the FDOT, in the event of an FTA investigation VII. State Safety Oversight during FGTS Major Capital Projects and Extensions: The Vendor will: a. Assist FDOT to provide State Safety Oversight support throughout all phases of the project. The VENDOR must provide the appropriate personnel and resources for the specific project. b. Work to develop an open line of communications and coordinate SSO activities with the FTA PMOC and other project partners as necessary and required. c. Participate by teleconference in FTA/FGTS Quarterly Review Meetings for the project, and will maintain and assist with review of minutes, monthly reports, and spot reports and assessments which have safety and security implications. d. Participate onsite, as required, in meetings where attendance is required. e. Review FGTS Project plans. i.e., Preliminary Hazard Analysis, Safety and Security Management and Certification Plans and provide comment to both FDOT and the FGTS. f. Observe, Review, and provided comments on tabletop exercises and emergency drill plans and procedures developed by the FGTS. g. Coordinate and schedule regular monthly FDOT SSO teleconferences with the FGTS. h. Assist the FDOT with reviewing and approving the FGTS SSPP, SPP, emergency preparedness plan and all other required documents. Review and approval of all corresponding procedures. i. Conduct a SSO pre-revenue assessment. The assessment will include, but not be limited to the following areas: i. System Safety (Area & Plan) ii. Security and emergency preparedness (Area & Plan) iii. Rail Operations iv. Drug and Alcohol Program v. Vehicle & Facility Maintenance vi. Safety Certification vii. Resolution of Open FTA SSRR/PMOC findings.

VIII. The FTA SSO Audit of the FDOT (Preparation and Support): The VENDOR will provide qualified personnel: a. To assist the FDOT with any SSO audit, review, or inspection conducted or required by the FTA. b. To assist the FDOT to implement any General or Special directive issued to the FDOT by the FTA. c. To provide appropriate staff SUPPORT, and be onsite throughout the audit and review/inspection.

Page 38 RFP-DOT-1516-9020-DC d. To gather together all FDOT and RTA documents and plans as requested by auditors for the purpose of the audit evaluation.

e. To develop any needed corrective actions and responses to negative audit findings and any other responses as required by the FTA. All corrective action plans and implementation schedules must be approved by the Department’s Contract Manager.

f. To assist the FDOT in coordinating and developing responses to federal audit questionnaires.

g. Assist the FGTS in preparing for any required FTA audit and/or inspection.

IX. In-house Consultant to assist with the FDOT Certification Work Plan (CWP) and assist with FGTS State Safety Oversight (SSO) Activities.

The Certification Work Plan (CWP) is a tool developed to help FDOT plan, manage, implement, report on, and evaluate the new SSO program being established by the FTA to address the explicit mandates identified in Section 20021(a) of the MAP 21 Act, now codified at 49 U.S.C. § 5329. The FTA has approved FDOT’S CWP that formally identifies the eligible activities and tasks that FDOT will perform to transition from the existing SSO program under 49 CFR Part 659 to the new SSO program authorized in MAP 21.

a. The VENDOR will provide a full time consultant position to serve as in-house staff to the transit office. This position will be located in Tallahassee, Florida at the FDOT Central Office and will serve as an in-house consultant for a minimum of 40 hours per week. Note: A TWO will be developed under this contract for the specific scope of services for the in- house consultant. General duties will include:

i. SSO Program Certification Work Plan (CWP) Data Collection and Review: The consultant’s primary duties will be to assist the Contract Manager with the implementation of the FDOT SSO Certification Work Plan (CWP) as amended. The consultant will also assist with the collection, reviewing, and analyzing of relevant Federal and State Rules, regulations, issues, facts, and data to help develop policy recommendations, procedures, and safety requirements that will assist with formal Florida Administrative Code Rule development as FDOT transitions from the existing SSO Program under 49 CFR Part 659 to the new SSO Program authorized in the MAP 21 Act under 49 U.S.C. 5329(e).

ii. CWP Schedules: Work with the Contract Manager to establish and maintain a detailed implementation schedule for all items of the CWP. The consultant will regularly monitor the CWP and update the progress of each item of the CWP on a monthly basis or earlier if needed.

iii. CWP Summary Reports: Under the direction of the Contract Manager the consultant will develop a bi-annual and annual status report on the safety of Florida’s FGTS that FDOT oversees under this contract for submittal to the FTA, the Governor, and the board of directors or equivalent entity of the FGTS.

iv. CWP Training: assist with developing necessary training to be delivered electronically and/or in person to FDOT Central Office, District Office, and Fixed Guideway Transportation staff on any new policy and/or rule development changes as a result of decisions made during the CWP process.

v. Lead the effort to develop an annual status report on the safety of rail fixed guideway public transportation systems the FDOT oversees to the FTA, the Governor, and the board of directors or equivalent entity of the FGTS. This

Page 39 RFP-DOT-1516-9020-DC information to be contain within this report will in addition to the annual certification report requirements.

vi. Travel may be required to facilitate transit training, deliver in-person an oral presentations of the CWP report, gather data, attend statewide FDOT meetings, and to attend any required workshop as a result of formal FDOT Rule development and Adoption procedures. 6. VENDOR RESPONSIBILITIES: In accepting a TWO, the VENDOR recognizes and acknowledges its responsibility for all tasks and deliverables contained therein, warrants that it has fully informed itself of all relevant factors affecting accomplishment of the tasks and deliverables, and agrees to be fully accountable for the performance thereof. In addition, the VENDOR assumes full responsibility for the acts of all subcontractors.

7. SUBCONTRACTING: The VENDOR shall be fully responsible for all work performed under the Contract, and for ensuring that their subcontractors performs as specified in the Contract and related TWO(s). During the term of the Contract, all subcontractors must be approved in writing by the Department’s Contract Manager before they perform any work.

8. EXPERIENCE, QUALIFICATIONS AND TECHNOLOGY REQUIREMENTS: Note: The Proposer must provide a response in their technical proposal, to include required documentation that is clear, concise, and appropriate for each requirement. The response should clearly express the Proposer’s ability to meet the specific contract requirements without requiring the TRC members to search the proposal for an adequate response. The Proposer should provide any specific directions that guides the evaluator to the specific document and/or addendum attached to their technical proposal. Proposers may repeat the same response more than once if it is appropriate for more than one requirement. Please be careful not to say “please see response to some other section”. a) Experience. The technical proposal must clearly identify the Proposer’s experience in providing personnel to perform the services requested in this RFP during the past five (5) years. The description should include a list of the agencies which the Proposer has served or currently serves.

i) The Proposer must include information relating to its organization/company, personnel, and experience, including, but not limited to, references, together with contact names and telephone numbers, evidencing the Proposer’s qualifications and capabilities. Proposals should indicate the name, title and telephone number of the referenced agency contact.

ii) Detailed resumes must be submitted for all management, supervisory and key personnel to be assigned to the scope of services, as well as those of any subcontractors. Each resume must demonstrate the individual’s qualifications, familiarity with the understanding of the FTA and the FDOT SSO programs, policies and procedures, rules and regulations, and experience on similar type projects, including those working as a subcontractor. Resumes must be structured to emphasize relevant qualifications, applicable training, expertise, experience and professional credentials.

iii) The Proposer must be able to provide qualified personnel that demonstrate a clear understanding of applicable federal and state laws, rules, and regulations, which must include 49 CFR Part 659, the MAP 21 Act under 49 U.S.C. 5329 State Safety Oversight Program, and other applicable Federal Transit Administrations circulars, orders and regulations. This information can be included as part of a bio and/or resume submitted by the Proposer.

iv) Proposers must provide a comprehensive listing of contracts of similar size and scope that it has successfully completed or is currently working on, as evidence of their personnel’s abilities. A general description of, minimum of three (3), such contracts must be included and

Page 40 RFP-DOT-1516-9020-DC must show how such contracts supports the Proposers abilities in the area of rail state safety oversight. For each such contract, the Proposer must provide the name and telephone number of a contact person for the referenced contract party. Beginning and ending dates must also be given for each contract.

v) Proposers should demonstrate any knowledge of the requirements in 341.061(1) Florida Statute and the FDOT Safety and Security Oversight Program Fixed Guideway Transportation Systems Manual 725-030-014 (incorporated by reference as Rule 14-15.017, Florida Administrative Code) or demonstrate their ability to become proficient in these State Statute, Rules, and associated policies and procedures.

vi) Proposers must provide qualified personnel that understand the characteristics of the Safety Management Systems Approach (SMS); Hazard Management practices and procedures; transit rail investigative practices and procedures; Rail fixed guideway transportation system operations and infrastructure.

vii) Proposers must provide qualified personnel that can prepare and write professional detailed reports, communicate complex ideas and information clearly and concisely, analyze and organize technical data; and the ability to plan, coordinate, and handle multiple tasks to meet short and long term deadlines.

viii) Proposers must provide qualified personnel that have excellent communications and customer service skills.

ix) Proposers must provide (1) lead investigator for all accident/incident and hazard investigations that is an experienced transit professional who has expertise in accident investigations, developing and implementing safety recommendations, Safety Management Systems (SMS), data collection and analysis, and report drafting.

x) Proposers must ensure that those who are responsible to assist with providing oversight through this contract are qualified to perform such functions through appropriate training, including successful completion of the public transportation safety certification training program established by 49 U.S.C. 5329 (c).

xi) Proposers must provide an appropriate number of qualified personnel to provide technical assistance for all onsite compliance audits, reviews, accident and hazard investigations, and other oversight and technical assistance requirements.

xii) Proposers must provide proof of relevant training and be able to comply with any current and future Federal Transit Administration interim and final rule requirements for the safety certification training that apply to qualified contractors who help implement the FTA and the FDOT transit safety oversight programs, in accordance with 49 U.S.C. 5329(c) and Florida Statute 341.061. The VENDOR must provide a copy of the individual training plan (ITP) and for each person prior prior to being assigned to work on this contract after the contract award. b) Technical Proposal and TWO Documentation for Experience, Qualifications and Technology Requirements:

i) Letters of recommendation from current and former clients that demonstrate the Proposer’s length and quality of service.

ii) Safety and Security Training credentials, qualifications and certifications.

iii) Documentation of current membership in industry organizations.

iv) Provide a short bio and resume to the Contract Manager for each person assigned to this contract and any associated contract TWO as they are developed.

Page 41 RFP-DOT-1516-9020-DC v) Please indicate the name, location, telephone number, fax number and email address of the primary contact person for the Proposer.

vi) Provide contact information and numbers for responding to all FGTS calls, during regular, weekend, and responding to after hour’s calls within 30 minutes. vii) Provide Website address. c) Proposers whose responses, past performance, or current status does not reflect the capability, integrity, or reliability to perform fully and in good faith the requirements of this contract may be rejected as non-responsive. d) This contract is dynamic and will require flexibility in developing TWOs under this contract. Some of the tasks under this contract may require two (2) of the same position type/title and none of others. Proposers should provide detail information about the experience and qualifications of their assigned personnel considered key to the success of this contract. The information provided for each individual assigned to this contract should include in a resume format, their education, training, technical experience, functional experience, relevant and related experience, past and present projects with dates and responsibilities and any applicable certifications. The Proposer should fully consider the scope of this contract when responding to the general oversight positions outlined below. The following position descriptions are intended to indicate the general nature and level of work that will be performed by each position. These descriptions are not designed to contain or be interpreted as an exhaustive list of all duties, responsibilities, skills, and qualifications required for each position. General consultant positions that will be needed for this contract are:

(1) SSO PROJECT MANAGER – This individual will be the VENDOR main point of contact with the FDOT Contract Manager. The SSO Project Manager is responsible to the FDOT for the direct execution of all task activities under this contract and for assisting the FDOT Contract Manager with coordinating the necessary teams and technical resources to ensure that the goals of the SSO program are met. The SSO Project Manager is also responsible for assisting with the development of program processes, policies, ideas, and plans and is responsible to help ensure that all Federal and State program compliance requirements are delivered on time, and in accordance with Federal and State requirements. (a) Qualifications: This individual shall have at least five (5) years of expertise ensuring rail fixed guideway transportation systems are safe and in compliance with State and Federal safety and security laws, rules and regulations. Experience shall include: i. Knowledge of rail fixed guideway transportation systems including safety, security, operations, accident/incident investigations, etc. ii. Comprehensive understanding of current federal regulations mandating State Safety Oversight as well as emerging, future legislation/regulations which are applicable to the SSO Program. iii. Ability to interpret and apply federal, state and local laws, regulations, policies and procedures. iv. Comprehensive understanding of rail transit systems development and operations. v. General knowledge of financial management and federal and state grant management practices vi. Knowledge of public sector rail transit asset management. vii. Familiarity with national rail safety initiatives and programs. viii. Knowledge of emergency response planning and procedures. ix. Knowledge of emergency management and emergency preparedness concepts. x. Ability to communicate effectively, orally and in writing with a variety of individuals.

Page 42 RFP-DOT-1516-9020-DC xi. Desirable leadership skills include vision, planning, organizing, delegation, motivation, communication, integrity. (b) Education: Bachelor’s degree in the field of transportation safety, security, emergency management, public policy, or related field. Additional safety and security certifications, specialized experience with transit security programs, transit systems development and operations, transit fixed guideway expansions, accident/incident investigations, and emergency management is highly desired.

(2) SSO PROGRAM ANALYST (Safety and Security) – This position will function as a multi- skilled SSO program technical advisor and subject matter expert in rail transit safety and security program areas. As a subject matter expert, individuals assigned as an SSO Program Analyst will provide advice, technical assistance, identification of issues and problems, and detailed opinions, options and scenarios to the FDOT Contract Manager. This position is also responsible for providing the same level of technical expertise and assistance to the FDOT SSO program, the FGTSs, and other stakeholders as necessary. This position will help research, develop, and implement FGTS safety and security programs designed to help strengthen the capabilities of the FDOT and FGTSs safety and security programs. This individual will evaluate FDOT and FGTS program accomplishments and recommend needed actions; conduct and assist with audits, inspections, and investigations and help to develop SSO guidance, and other reports and other reports and correspondence as needed.

(a) Qualifications: This Individual shall have at least three (3) years of expertise ensuring rail fixed guideway transportation systems are safe and in compliance with State and Federal safety and security laws, rules and regulations. Experience shall include: i. Experience supporting the development and implementation of a rail transit operation, safety or security program. ii. Experience analyzing data to determine effectiveness in meeting objectives. iii. Experience applying transit safety and security oversight methods, practices, and procedures. iv. Knowledge of Safety Management System (SMS) development and implementation and its application in the passenger rail industry. v. Knowledge of risk assessment strategies and principles of employee protection. vi. Experience with principles and practices of project scheduling and management. vii. Corrective and preventative action identification and implementation. viii. Knowledge of Federal, State and local rail transit safety and security codes, laws, regulations and provisions. Knowledge of principles and methods of accident and hazard investigations, job and project hazard analyses, hazard mitigation and emergency response planning. (b) Education: Bachelor’s degree in the field of transportation safety, security, emergency management, public policy, or related field; a combination of equivalent experience, education, safety and security certifications and/or training plus progressive direct experience managing rail transit safety may substitute for degree. Additional specialized experience with transit security, transit systems development and operations, transit fixed guideway expansions, accident/incident investigations, and emergency management is desired.

(3) SSO PROGRAM ANALYST (Maintenance, Vehicles) - This position shall function as a transit safety program expert in rail transit maintenance programs, As a subject matter expert, individuals assigned will provide oversight, advice, and technical assistance, identification of issues and problems, detailed opinions, options and scenarios to the FDOT Contract Manager, the FGTSs, and other stakeholders as necessary. This individual will help strengthen the capabilities of the FDOT and FGTSs shop and vehicle maintenance programs as well as ensure that a configuration management system is

Page 43 RFP-DOT-1516-9020-DC established and applied to all maintenance activities and that parts and warranty programs are properly managed. This individual will also help to evaluate FDOT and FGTS program accomplishments and recommend needed actions; conduct and assist with audits, onsite reviews, inspections and investigations, and help to develop SSO guidance and other reports and correspondence as needed.

(a) Qualifications: This individual shall have at least three (3) years of expertise ensuring rail fixed guideway transportation systems are safe and in compliance with State and Federal safety and security laws, rules and regulations: i. Experience shall include but not be limited to: Experience supporting the development and implementation of a rail transit maintenance program maintenance programs. ii. Strong knowledge of U.S. Federal, State, local, and rail transit industry safety, operations, mechanical, and maintenance procedures, standards, and practices iii. Strong analytical and critical thinking skills; ability to gather, organize, and analyze data. iv. Knowledge of rail vehicle maintenance planning and shop operations. v. Monitors FGTS vehicle performance and coordinates corrective actions and plans as needed on mechanical issues. vi. Experience applying safety oversight methods, practices, and procedures. vii. Knowledge of vehicles and original equipment manufacture's warranties, contracts and technical specifications viii. Knowledge of maintenance on light rail, heavy rail, automated people movers, and streetcar vehicle parts and operating systems ix. Knowledge of maintenance shop safety procedures and requirements. x. Knowledge of shop and vehicle maintenance training and certification requirements. b) Education: Bachelor’s degree in the field of transportation safety, security, emergency management, public policy, or related field; a combination of equivalent experience, education, safety and security certifications and/or training plus progressive direct experience managing rail transit safety may substitute for degree. Additional specialized experience with transit security, transit systems development and operations, transit fixed guideway expansions, accident/incident investigations, and emergency management is desired

(4) SSO INVESTIGATOR – This position will serve as an Investigator and as such, will be available to perform time critical accident, incident, and/or hazardous condition investigations. This Investigator will investigate and scrutinize FGTS operations procedures, policies, agency directives, training, safety measures, vehicles and vehicles maintenance areas, event reports and event statements, and other areas as necessary and appropriate to determine the cause of the specific event. The investigator will also help to ensure the identification of FGTS safety issues, conduct safety oversight of transit practices, work to improve accident investigation procedures, work closely with other FDOT SSO team members as well as industry and other government agencies to promote transit safety, and develop and recommend policies and procedures governing FGTS accident, hazardous condition, and incident investigations. The investigator may be required to assist the FDOT as a party participant during any FTA and/or National Transportation Safety Board (NTSB)-led investigations, as necessary. a) Qualifications: this individual shall have at least three (3) years of expertise, ensuring rail fixed guideway systems are safe and in compliance with State and Federal rules and regulations; This high level of experience shall include: i. Experience in the principles, concepts, theories and practices of transit operations, transit accident investigations, hazardous conditions investigations, and transit safety in order to provide recognized expertise in

Page 44 RFP-DOT-1516-9020-DC the conduct and management of investigations of transit safety events;. ii. Experience analyzing and evaluating evidence, accident reports, transit safety hazards, transit safety plans, transit operations plans and procedures iii. Experience writing and presenting operating rules, safety rules, standard operating procedures, reports of accident investigations, safety studies, responses to Notices of Proposed Rulemakings iv. Experience in conducting safety oversight of FGTS normal work practices, v. Experience working to improve accident investigation procedures. vi. Experience working closely with industry and other government agencies to promote transit safety. b) Education: Bachelor’s degree in the field of transportation safety, security, emergency management, public policy, or related field; a combination of equivalent experience, education, safety and security certifications and/or training plus progressive direct experience managing rail transit safety may substitute for degree. Additional specialized experience with transit security, transit systems development and operations, transit fixed guideway expansions, accident/incident investigations, and emergency management is desired.

(5) SSO INSPECTOR – This position shall conduct safety analysis on FGTS activities, services, and functions required by FDOT and FTA rules, regulations and orders; provide SSO support for inspections, assessments, review of system safety program plans, reports, and other memoranda on such matters as accidents, equipment failures, derailments, and other safety violations; This position will also be required to inspect areas for compliance with federal and state alcohol and drug requirements, hours of service requirements and standards and to assist with and report on accident and hazardous conditions investigations; provide technical guidance to the FGTS in the development of track maintenance programs and maintenance-of-way guidelines and requirements; recommends preventive and corrective track maintenance schedules; provide expert technical assistance and SSO support during major capital projects to include a pre-revenue assessment and project safety certification review; write reports of findings and oversee correction of unsafe conditions.

a) Qualifications: this individual shall have at least three (3) years of expertise, ensuring rail fixed guideway systems are safe and in compliance with State and Federal rules and regulations; The SSO Inspector shall have a combination of the following experiences:

i. Experience in general railroad and/or rail transit safety practices; as well as railroad and/or rail transit investigation and inspection techniques. ii. Experience applying knowledge of the applicable Federal laws and regulations pertaining to railroad and/or rail transit signal systems and highway-rail grade crossing warning systems. iii. Experience analyzing data that can be used during the course of conducting inspections, or used to determine probable cause of FGTS related collisions, derailments, or other accidents/incidents. iv. Knowledge of the methods, materials, equipment, and safety procedures for entering and working on the mainline v. Vehicle operation and safety vi. Experience writing and presenting information pertaining to signal and train control systems and highway-rail grade crossing active warning systems. b) Education: Bachelor’s degree in the field of transportation, safety, security, emergency management, public policy, or related field; a combination of equivalent experience, education, safety and security certifications and/or training plus progressive direct experience managing rail transit safety may substitute for degree. Additional

Page 45 RFP-DOT-1516-9020-DC specialized experience with transit security, transit systems development and operations, transit fixed guideway expansions, accident/incident investigations, and emergency management is desired.

(6) SSO IN-HOUSE CONSULTANT - This position will serve in-house at the FDOT/Transit Office, 605 Suwannee Street in Tallahassee Florida, as a full time private sector personnel consultant’s. The in-house consultant primary duties will be to assist the Transit Safety Programs Manager with the implementation of the FDOT SSO Certification Work Plan (CWP) as amended; Data Collection and Review; manage and update the CWP Schedules; develop monthly and as needed summary reports to be delivered electronically and/or in person to FDOT Central Office, District Office, and Fixed Guideway Transportation staff on the status of the CWP process and any new federal or state SSO guideline; assist with developing necessary training to be delivered electronically and/or in person to FDOT Central Office, District Office, and Fixed Guideway Transportation staff on any new policy and/or rule development changes as a result of decisions made during the CWP process; assist with regular FDOT SSO activities as required.

a) This individual shall have at least one (1) year working knowledge ensuring rail fixed guideway systems are safe and in compliance with State and Federal rules and regulations; This working knowledge shall include: i. Public Transportation Communications and Customer service ii. Knowledge of applicable federal and state laws, rules, and regulations that must include the Federal Transit Administrations circulars, orders and regulations that include Title 49 Code of Federal Regulations iii. Proficient in analyzing relevant transit safety issues, facts and available information to develop logical solutions iv. Researching, analyzing and interpreting policies and state and federal laws and regulations. Must be able to research inconsistencies of facts and data; drawing correct inferences from information and making recommendations that support reasonable decisions v. Knowledge of Safety Management Systems Approach (SMS) vi. Analyzing and organizing technical data vii. Planning, coordinating and handling multiple tasks to meet short and long term deadlines viii. Transit planning methods, techniques and strategies ix. Preparing and writing professional detailed reports x. Communicating complex ideas and information clearly, concisely, and effectively xi. The consultant must be experience in the use of MS Office products including PowerPoint, Word and Excel.

b) Education: Bachelor’s degree in the field of public management, political science, safety, security, emergency management, or related field; a combination of equivalent experience, education, safety and security certifications and/or training plus progressive direct experience managing rail transit safety may substitute for degree. Additional specialized experience with transit security, transit systems development and operations, transit fixed guideway expansions, accident/incident investigations, and emergency management is desired.

c) The selection of the ideal person for this position will made by the Contract Manager. The vendor will vet and provide a list of no less than three (3) candidates for consideration. Candidates may be required to go through a formal interview and selection process.

Page 46 RFP-DOT-1516-9020-DC In reference to this section as well as section 8(a)(xii), for each TWO developed under this contract the VENDOR will be responsible to indicate to the Department’s Contract Manager the name of the personnel assigned, their title, position(s) and competency(ies) that each person will provide.

9. FINANCIAL CONSEQUENCES This Contract contains liquidated damages. The VENDOR acknowledges that failure to complete the services by the completion date designated on the Contract or TWO, shall cause the Department to incur damages and seek compensation. Therefore, in the event the VENDOR fails to complete services by the completion dates designated in the Contract or TWOs, the Department shall exercise the remedy of liquidated damages against the VENDOR, in the amount of $ 500.00 per day for each calendar day after the designated completion date that the VENDOR fails to complete the services. If the Department allows the VENDOR to continue and finish the services or any part of the services after the expiration of the time allowed, then the Department action shall in no way act as a waiver on the part of the Department of the liquidated damages due under this Contract. The VENDOR shall pay said sum to the Department not as a penalty, but as liquidated damages.

10.APPENDIX I: FEDERAL AID TERMS AND CONDITIONS See RFP-DOT-15/16-9020-DC, Section 6, FORM 375-040-40

11.APPENDIX II: INFORMATION TECHNOLOGY RESOURCES See RFP-DOT-15/16-9020-DC, Section 7, FORM 375-040-29

Page 47 RFP-DOT-1516-9020-DC