CCRFP Outline



STATE OF FLORIDA

DEPARTMENT OF INSURANCE, TREASURER, and

STATE FIRE MARSHAL

REQUEST FOR PROPOSALS

RFP 00/01-07

CREDIT CARDS, DEBIT CARDS, CHARGE CARDS AND

OTHER ELECTRONIC PAYMENTS

ISSUING OFFICER:

Nancy Donaldson

Purchasing Specialist

Florida Department of Insurance, Treasurer, and State Fire Marshal

200 E. Gaines Street

Tallahassee, Florida 32399-0317

Telephone: (850) 413 –2066

Fax: (850) 487-2389

TABLE OF CONTENTS

SECTION 1. PURPOSE AND GENERAL CONDITIONS

SECTION 2. SPECIAL CONDITIONS

SECTION 3. DEFINITIONS

SECTION 4. CONTRACTUAL INFORMATION

SECTION 5. BACKGROUND INFORMATION

SECTION 6. MANAGEMENT, QUALITY PERFORMANCE, AND

CUSTOMER SERVICE

SECTION 7. TECHNICAL PLAN

SECTION 8. TECHNICAL SPECIFICATIONS

SECTION 9. BILLING

SECTION 10. CONVENIENCE FEES

SECTION 11. REPORTING

SECTION 12. CHARGEBACKS

SECTION 13. PRICING

SECTION 14. FUNDS AVAILABILITY

SECTION 15. INFORMATION REQUIRED FROM PROPOSERS

SECTION 16. EVALUATION OF TECHNICAL PROPOSAL

SECTION 17. COST PROPOSAL EVALUATION

Attachment 1. Technical Proposal Checklist

Attachment 2. Drug-Free Workplace Program - Bidder Certification

Attachment 3. Client References

Attachment 4. Cost Proposal and Evaluation Package

Attachment 5. Historical Information

Attachment 6. Estimated Volumes and Transactions

Attachment 7. Format, Daily Settlement Reconciliation File

Attachment 8. Depictions of Existing and Proposed Integrated Payment,

Deposit and Reconciliation

Attachment 9. MBE Preference Points Certification Form

SECTION 1. PURPOSE AND GENERAL CONDITIONS

1.0 Purpose

The State of Florida, Department of Insurance, Treasurer, and State Fire Marshal (Department), Division of Treasury, is interested in obtaining sealed written proposals from qualified firms to provide merchant card processing for credit, debit, charge card and other electronic payment services for state agencies.

In addition to electronic payment processing, the Department seeks a provider that can integrate and consolidate the reporting of electronic payments, regardless of acceptance method, and correlate these payments by transaction with a settlement batch and/or deposit number. The State of Florida’s existing infrastructure requires general ledger reporting data at the transaction level to be identified by a settlement batch or a deposit identifier. The State’s general ledger attributes for reporting of the transaction, or other peripheral information, must be available for reporting at the product/commodity/service detail line item of a payment transaction.

1.1 Issuing Officer

The Issuing Officer is the sole point of contact from the date of release of this RFP until selection of a successful contractor. All questions and requests for clarification shall be submitted to:

Nancy Donaldson

Purchasing Specialist

Department of Insurance, Treasurer,

and State Fire Marshal

200 East Gaines Street

Tallahassee, Florida 32399-0317

Telephone (850) 413-2066

FAX (850) 487-2389

If material changes are made, the Department will prepare and distribute an addendum that notifies all interested firms of any changes or clarifications of the RFP.

1.2 Innovative Responses

Prospective bidders are encouraged to suggest innovation methods to achieve the State’s requirements, specific to the implementation and support of credit, charge card, debit card payments, and electronic check acceptance at State of Florida agencies.

1.3 Economic and Operating Benefits

The State wants to realize economic and operating benefits by consolidating functions, standardizing and reusing components; and reducing the overall information technology burden on state agencies involving financial transactions.

1.4 Combination of Transaction Volumes

The State expects to take advantage of the combined transaction volumes of several entities that may use a single service provider, and establish a pricing structure that takes into account these transaction volumes.

1.5 Establishment of Business Relationship

Through this Request for Proposal process, the State requires the establishment of a business relationship with a service provider under the Standard Contract that will enable the State of Florida to enhance and expand the Electronic Payment Program to new areas, as well as implement new technologies and state financial applications.

1.6 Special Accommodation

Any person requiring a special accommodation at the proposal opening because of a disability should call the Issuing Officer at the number listed in section 1.1, at least five (5) workdays prior to the RFP opening. If you are hearing or speech impaired, please contact the Division of Purchasing by using the Florida Relay Service, which can be reached at 1 (800) 955-8771 (TDD).

1.7 Timetable

No negotiations, decisions or actions shall be initiated or executed by a Proposer as a result of any oral discussions with a Department employee. Only those communications, which are in writing from the Department, shall be considered as a duly authorized expression on behalf of the Department.

The following schedule will be strictly adhered to in all actions relative to this RFP:

A. Request for Proposal Issued May 14, 2001.

B. Any technical questions arising from this Request for Proposal must be submitted in writing to the Issuing Officer in Section 1.1 on or before May 30, 2001. Responses to technical questions submitted will be made available on or about June 8, 2001 in the form of an addendum to this RFP. To obtain addendum go to:

C. A response to this Request for Proposal must be received in the Purchasing Office, whose address location is specified in Section 1.1, no later than 3:00 p.m., local time, June 25, 2001. All proposals received after that time and date will not be opened and will be returned to the sender after the posting period ends.

PROPOSALS WILL BE OPENED ON June 25, 2001 AT 3:00 p.m. local time.

D. The Department may award a contract to the Proposer with the highest number of evaluation points as determined by the Evaluation Review Process and Proposal Evaluation Criteria established in Section 16 and 17 of this Request for Proposal.

E. Notice of the Department's intended decision will be posted in the Purchasing Office on or about July 10, 2001. If the decision is made to award a contract, said contract will be executed as soon as possible after posting of an award. The posting tabulation with the recommended award does not constitute a contract.

SECTION 2. SPECIAL CONDITIONS

2.0 Questions, Requests for Changes, and Disputes

Questions concerning technical conditions and specifications of this Request for Proposal, must be in writing, addressed to the Issuing Officer (see Section 1.1), and received no later than 5:00 p.m. May 30, 2001. Faxes will be accepted for questions (850) 487-2389.

The Department will prepare responses to all technical questions and/or requests for changes received by the deadline. Non-technical or procedural questions may be telephoned to the Issuing Officer at (850) 413-2066. If the Issuing Officer determines the question to be technical in nature, it must be submitted in writing and received no later than 5:00 p.m., May 30, 2001.

SECTION 3. DEFINITION

3.0 Definitions

Contractor. Shall mean the successful Proposer with whom the Department executes a contract.

Convenience Fee. A convenience fee is a fixed rate or variable rate charge assessed by a state agency, the judicial branch, or a unit of local government to a credit card, debit card, charge card or electronic payments to help defray the cost of a unique transaction.

Department or Treasurer. Used interchangeably, these terms shall mean the Department of Insurance, Treasurer, and Fire Marshal.

Electronic Payment Program. The State’s program for agencies to accept credit cards, debit cards, charge cards, and other electronic collections for the purchase of goods, services, or information.

Entities. Used in this RFP to mean the State, state agencies, the judicial branch, and units of local government.

Merchant. The State, any state agency, the judicial branch, or unit of local government that accept credit cards, charge cards, debit cards, or electronic payments.

Participation Agreement. An agreement executed by a state agency, the judicial branch, or a unit of local government between the Contractor and the applicable entity to solidify the contractual arrangement based on terms, conditions, and pricing of the Standard Contract.

Payments. A credit card, charge card, debit card, or electronic check that is accepted by a merchant to purchase goods, services, or information.

Proposal. The term “proposal” means the complete written response of the Proposer to the Request for Proposal including properly completed forms and supporting documentation.

Reconciliation. The process of insuring that ACH settlement credits to batches and to transactions processed for credit to the designated bank account, agree with the transactions and related batches processed and reported in the Daily Settlement Reconciliation File.

State. State shall mean the State of Florida and its agencies.

SECTION 4. CONTRACTUAL INFORMATION

4.0 Contract

The contract between the Department and the successful Proposer shall incorporate this RFP, amendments to this RFP, and the Contractor's proposal, as an integral part of the contract. In the event of a conflict in language among any of the documents referenced above, the provisions and requirements of the contract shall govern. In the event that an issue is addressed in the proposal that is not addressed in the RFP, no conflict in language shall be deemed to occur.

4.1 Term of Contract

A. The term of the contract shall be for three years, with the option for two one-year renewals, but must be mutual and agreed to in writing. If at any time the contract is canceled, terminated, or expires, and a contract is subsequently executed with a firm other than the Contractor, the Contractor has the affirmative obligation to assist in the smooth transition of contract services to the subsequent Contractor.

B. All data collected, stored, or otherwise utilized by the Contractor, in conjunction with the execution of the duties and responsibilities specified in the contract with the State, shall remain the sole property of the State. If at any time the contract is canceled, terminated, or expires, the Contractor is obligated to return all such data to the State at no additional cost and in a medium specified by the State.

4.2 Contractor Responsibility

The Department will consider the Contractor to be the sole point of contact with regard to contractual matters. The Contractor will assume sole responsibility for providing the commodities and or services offered in its proposal, whether or not the Contractor is the supplier of said commodities and services or any component. The selected Contractor remains solely responsible for the performance of its subcontractors. If used, subcontractors shall adhere to the same standards required of the selected Contractor. Any change of subcontractor by the selected Contractor requires prior written approval by the Treasurer.

A. The proposed use of subcontractors shall be clearly explained in the response to this RFP.

B. The selected Contractor may subcontract the performance of required services with other Vendors or third parties only with the prior consent of the Treasurer.

4.3 Termination Clauses

Either the Department or the Contractor, at either party's sole discretion, may terminate the contract at any time by giving 120 days written notice to the other party.

In case of either party's termination of the contract, should the Contractor thereafter fail to perform all services under this contract, the Contractor shall be liable to the Department for any fees or expenses, legal or otherwise, that the Department may incur in securing a substitute provider to assume completion of those services.

The Contractor shall also be liable for any and all legal fees and expenses necessary to enforce payments by Contractor for those fees and expenses incurred by the Department to secure a substitute provider. In such event, the 120-day written notice provision set forth in this paragraph shall not apply. The Contractor shall not be required to disclose to the public any proprietary copyrighted trade secrets or other materials protected by law as referred to in Section 119.07, Florida Statutes.

In the event the Department or Contractor defaults in the performance of any covenant or obligation contained in this proposal, including but not limited to the inability or refusal of Contractor to provide or arrange for the provision of covered services, or in the event of any material breach of any other provision of the contract by the Department or Contractor where such default or breach is not cured within fifteen (15) days after written notice is given to the defaulting party specifying the nature of the alleged default or breach, then the other party may at its option, upon giving written notice to the defaulting party, terminate the contract effective as of the date of receipt of said notice.

As provided in Section 287.058, Florida Statutes, the Department of Insurance may terminate the contract immediately in the event that the Department of Insurance requests in writing that Contractor allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, which are made or received by Contractor in conjunction with the contract, and Contractor refuses to allow such access.

4.4 Insurance Requirements

The Contractor shall maintain such insurance during the course of this contract as necessary to protect such Contractor from claims filed under the Florida Workers' Compensation Law, Chapter 440, F.S., and general liability coverage of $5,000,000.00.

4.5 Standard Contract

The contract developed from this process will be the “Standard Contract” described in Florida Statute 215.322, to be used by Florida State agencies, which will separately contract with the selected provider through execution of a participation agreement. Terms of the contract shall also be made available to local governments in Florida. Details of the services, information and items to be furnished by the Contractor are described in the Scope of Services and Technical Requirements.

4.6 Application to State Agencies

While it is the intent to award all services to one Contractor, governmental agencies are not bound to use the Contractor established pursuant to this Request for Proposal. It is expected that most payments to state agencies would be processed using the Contractor selected under the RFP. However, the Department is not able to predict which state agencies will elect to accept electronic payments or which revenue streams will be affected. State agencies are structured to meet their specific missions and have varying processing needs.

4.7 Agency Participation Agreement

A. Participation in the Payment Program by a State agency is subject to the execution of an Agency Participation Agreement between the Contractor and the individual agency or unit of local government. Agreements for state agencies require the approval of the Treasurer.

B. The Agency Participation Agreement sets forth the terms and conditions of an agency’s participation in the Standard Contract between the Treasurer and the selected Contractor. The cost structure charged by the Contractor to the State shall apply to all participating state departments and agencies and units of local government.

SECTION 5. BACKGROUND INFORMATION

5.0 Florida Law

This Request for Proposal is developed in accordance with Florida Statute 215.322, which authorizes the Treasurer to establish contracts with financial institutions, credit card companies, and other organizations that may provide such services, for processing payment collections. Such contracts must be made available to state agencies, the judicial branch, and units of local governments.

5.1 Convenience to the Public

It is the intent of the Legislature to encourage state agencies, the judicial branch and units of local government to make their goods, services and information more convenient to the public through the acceptance of payments by credit cards, charge cards, debit cards and electronic means to the maximum extent practicable when the benefits to the participating agency and the public substantiate the cost of accepting these types of payments.

5.2 Historical Information and Payment Acceptance Projections

State of Florida departments and agencies currently accept credit cards at point of sale locations, IVRs, and through the Internet. Historical information and projected payment information for the next three years is shown in Attachments 5 and 6. Effective July 1, 2001, state universities will not be under the Treasurer’s umbrella regarding use of the Standard Contract. However, they may use the contract.

SECTION 6. MANAGEMENT, QUALITY PERFORMANCE, AND CUSTOMER SERVICE

6.0 Account Management

While the Treasurer will administer the overall program to support users participating in the Contract established pursuant to this Request for Proposal, it is expected that individualized account management will be provided to the separate entities.

6.1 Executive Summary

The Proposer shall provide an Executive Summary to be written in non-technical language to summarize the Proposer's overall capabilities and approaches for accomplishing the services specified herein. The Proposer is encouraged to limit the summary to no more than two (2) pages.

6.2 Management Plan

The Proposer shall provide a management plan that describes administration, management, and key personnel, detailing strengths and experience in providing similar programs. (Furnish the same information for sub-contractor(s).

6.3 Quality Control

Discuss Proposer’s commitment to quality. Include quality controls and methods used to measure processing services. Discuss any unique approaches which Proposer has.

6.4 Organizational Structure

The Proposer shall include a description of its organizational structure and established management style as well as the means of coordination and communication with the Department, state agencies and units of local government.

6.5 Management Structure

The Proposer shall provide the names and locations of key management personnel on the Proposer’s team as well as a resume’ for each individual proposed, including a description of the functions and responsibilities for each key person relative to the task to be performed.

6.6 Financial Strength

Provide information on the financial strength and capabilities of the Proposer’s company.

6.7 References

Provide at least four references of the largest dollar transaction business and governmental agencies for which Proposer is currently furnishing similar services described in this Request for Proposal. Include company name, contact name, address and telephone number. Provide authorization for the Department to contact these references. The Department reserves the right to contact these references as a part of the overall proposal evaluation process and to reject any proposal based on information elicited from these references. (See Attachment 3)

6.8 Company Experience

Provide information to substantiate Proposer’s experience in providing similar services the past five years for standard services, i.e. point of sale, cash register/PC-based, and specialized services such as telephone, mail in, voice response units, self-service terminals, and the Internet.

6.9 Customer Services

The Contractor must provide daily personalized and specialized support relative to correcting discrepancies, chargebacks, providing information on account activity, and handling other operational concerns through a central contact person serving as daily liaison, and a senior manager to serve as a resource for resolving sensitive operational and contract issues.

6.10 Point of Contact

The Contractor shall provide a single point of contact for customer support to all agencies participating under the contract, including support during all the State’s business hours.

6.11 Contact for Overall Relationship

The Contractor shall provide a single point of contact for an account representative responsible for the State of Florida relationship in its entirety from contract negotiation, testing, implementation, and production.

SECTION 7. TECHNICAL PLAN

7.0 Technical Plan

A. The Proposer shall provide a technical plan that explains their technical approach. The Treasurer must approve all aspects of the technical plan.

B. For each of the acceptance methods (POS, IVR, Internet), the following shall be furnished:

1) Describe, demonstrate and/or explain the customer/client integration technologies, such as system development kits (SDKs), application integration programs (APIs), and supported standards based technology approaches.

2) Identify and explain security practices and data encryption methods.

3) Identify hosting options of the service and software solutions.

4) Identify peak transaction volume capacity to handle simultaneous transactions. Provide high-water mark expectations.

5) Identify practices that provide fault-tolerant fail over for communications access and systems components, including network servers, back up and recovery, and over all high availability of service.

6) Identify testing environments for use with Entity (State) application integration.

7) Identify beta testing methods and client acceptance methodologies.

7.1 Action Plan

The Proposer shall provide an action plan for assisting the Department and other state agencies and local governments in developing and expanding their Electronic Payment Program. Include information on initial and continuing training, installment of equipment/telephone lines, and flexibility to meet individual agency needs and timetables.

The State will allow a phased approach to the integration solution starting with Internet, followed by POS, and IVR. The Contractor shall define anticipated availability (roll-out) dates reflecting the incorporation of each acceptance method to be included in the integrated transaction based general ledger reporting solution.

7.2 Start-up Plan

The successful Proposer must be prepared to perform the services effective November 1, 2001. Assuming this starting date, provide an implementation plan and schedule for start-up and adaptation of the State’s current system by November 1, 2001, or a schedule for minimum conversion and phase in of remaining agencies. Selected Contractor shall provide on-site technical support during implementation. Include details for testing and phased startup plan.

7.3 Accomplishing Requirements of the RFP

The Proposer shall explain the approach, capabilities, and means to be used in accomplishing the requirements of the RFP. Any specific techniques to be used shall also be identified.

7.4 Proposer’s Checklist

The technical proposal checklist for proposal requirements is included as Attachment 1. This form must be completed and returned by the Proposer.

SECTION 8. TECHNICAL SPECIFICATIONS

8.0 Scope of Services

The objective of the State’s Electronic Payment Program is to provide a payment system enabling the payment of fees and the selling of government products, services, and information to individuals and businesses. Availability of service twenty-four hours a day, seven days a week, 365 days a year is required.

8.1 Goals of Deployment Strategies

The system shall reflect cost-effective deployment strategies in keeping with industry standards and practices, including protection and security of private information as well as maintenance of public records. (See Section l)

8.2 Role of Selected Contractor

The selected Contractor shall operate a credit card, charge card, debit card, and electronic check processing system that will provide immediate authorizations and will deliver collected funds to the designated bank account of a financial institution that has been designated as a Qualified Public Depository by the Treasurer.

8.3 Total Solution

While the State seeks a total solution to address all the service requirements, it is recognized that not all prospective vendors may be able to provide a solution in which the Contractor would provide all of the required services directly. Such Contractor must provide all the required services either directly or through sub-contracting with other vendors. The Contractor selected must be a full service provider for all the functions and requirements of the State, and shall manage all subcontractors.

8.4 Facilitation of Payment Acceptance

In order to provide a time-efficient, cost-effective and innovative service, the State requires a solution that will deliver on-line payment options designed to improve current service offerings and to provide an initial operational framework for enterprise-wide payments. The State requires a provider of a payment acceptance service that can facilitate payment transactions in a consolidated one merchant or multi-merchant scenario. Transaction, settlement, dispute, refund, and deposit information must provide statewide, agency and sub-entity detail information to meet the reconciliation and general ledger reporting requirements within the existing State of Florida framework. (See Attachment 8)

8.5 Processing Requirements

The Contractor’s payment acceptance solution shall integrate Internet electronic payment acceptance, over the counter electronic payment acceptance (POS), interactive voice response (IVR) capabilities, and self-service terminals. All of these payment acceptance methods shall demonstrate processes that meet the requirements of the State of Florida financial accounting framework. The State is seeking service offerings that will provide these services and which do not require the State of Florida to host payment system software regardless of the technical and physical acceptance methods.

Explain, identify, diagram, and demonstrate how each of the acceptance methods (Internet, POS, IVR) support an integrated transaction based general ledger reporting solution by deposit number and/or settlement batch identifier as defined in 1.0 Purpose. (See Attachment 8)

8.6 Point of Sale

The Contractor shall provide Point of Sale (POS) infrastructure, including sale/lease of POS terminals (swipe devices) and printer devices, and support the State’s use of electronic cash registers and personal computers to authorize, capture, and settle transactions. The Contractor shall support the use of batch processing for transactions captured at the Point of Sale and sent to the Contractor by batch transmission. The Contractor shall offer and support the most state of the art equipment and not require the State to make separate contract arrangements.

8.7 Interactive Voice Response (IVR)

The Contractor shall provide interaction with an IVR that does not require the State to make separate contract arrangements. State agencies shall be able to accept payments through an IVR furnished and supported by the Contractor and a full service processing system, (both provided by the contractor) to interface with state agencies and provide authorization, capture, settlement, and reporting.

8.8 Internet

State agencies shall be able to accept payments over the Internet through a payment Gateway, furnished and supported by the Contractor and a full service processing system, (both provided by the Contractor) to interface with the state agencies web-site, as well as provide authorization, capture, settlement, and reporting.

8.9 Types of Payments

The Contractor shall offer access to Visa, MasterCard, Discover, American Express, and other electronic payments, such as debit cards and electronic checks.

8.10 Debit Cards

If the Contractor does not host a debit card program, name the service company proposed to handle debit cards, and explain any contractual and working relationship the Proposer has with this company. Describe how debit cards would be processed. i.e. upfront entry by the debit cardholder, authorization, capture, settlement, and reporting.

8.11 Other Electronic Payments

The Proposer shall provide details of any system offered directly or indirectly for state agencies to accept payments by electronic check, virtual check, or other means whereby the consumer may enter checking account information to pay fees or purchase goods, services, or information through Point of Sale or the Internet. Describe the authorization, capture, and settlement processes for this service.

SECTION 9. BILLING

9.0 Payment of Fees.

The Contractor will invoice each agency directly for all processing fees on a monthly basis. The Contractor may not debit the fees directly from the State or agency account without the approval of the Treasurer.

SECTION 10. CONVENIENCE FEES

10.0 Convenience Fee Specifications

It is expected that some agencies will charge a convenience fee on certain transactions using the criteria established in Florida Statute 215.322 and Florida Administrative Code 4C-4.

SECTION 11. REPORTING

11.0 Standard Reporting and Data Access Requirements

A. The Contractor shall furnish the following reports in electronic format by merchant account and terminal (agency location), to state agencies, the State Treasurer, and the State Comptroller:

1) Daily transaction detail activity report;

2) Daily deposit settlement report;

3) Daily chargeback/adjustment report;

4) Monthly expense report;

5) Monthly invoice;

6) Monthly summary report by card type;

7) Monthly management information report identifying the number of agencies accepting payments;

8) Monthly, quarterly, and yearly report that summarizes volume by the card type, the average transaction by card type, and overall average transaction;

9) List and explain other custom reports that are provided, as well as the ability for the State to request/produce custom reports.

B. The Contractor shall provide on-line transaction detail access through the Internet, which allows tracking of payment transactions from the beginning of the acceptance process, through batch processing, to final settlement.

11.1 Funds Settlement and Reconciliation

The State requires information with the ACH settlement credit that will enable the State to automatically reconcile the settlement amount to its front-end processing system. The State requires the following:

A. Separate Automated Clearing House (ACH) transfer for each batch of agency’s transactions based on merchant account number, or multiple agency merchant account numbers, or for terminal ID numbers.

B. A unique number assigned by the system or the merchant that is included with the ACH settlement that allows the identification of the transactions included in the ACH deposit. The number must be provided in the ID=Identification Field of the ACH Detail Record.

11.2 Daily Settlement Reconciliation File

The Contractor shall provide to the State Treasurer a Daily Settlement Reconciliation File, which facilitates updating State accounts and automating the deposit reconciliation. The file’s merchant/agency amounts and batch information shall correspond to the daily Automated Clearing House (ACH) credits. The file shall have, at a minimum, the following components: settlement identifier and amount, batch numbers and amounts, and agency transaction detail numbers, amounts and payment coding. (See Attachment 7)

The Contractor shall make changes to the Daily Settlement Reconciliation File to accommodate the possible implementation by the State of a new accounting system. These changes require format, data element and/or field size changes.

SECTION 12. CHARGEBACKS

12.0 Chargeback Procedures

The Proposer shall describe procedures for handling chargebacks for any reason including refunds and exception items for all methods of payments. The State is exploring options on ways items will be charged back, such as netting against daily deposit, charging individual chargebacks to a central state account, such as the Treasurer, or charging an individual agency’s account. Provide details of options available, including reports provided, and the availability of on-line Internet access to information.

SECTION 13. PRICING

13.0 Configuration of Pricing

Pricing for services provided in accordance with this request for proposal and subsequent contract will be expressed as a percentage of dollar volume and/or a per unit cost amount as stated in Attachment 4, Cost Proposal and Evaluation.

13.1 Fixed Pricing

Proposals shall reflect total cost for providing services stipulated in the Request for Proposal. Except for interchange, dues and assessments, the prices will be fixed, and must be quoted as an add-on percentage and/or in dollars for transaction fees, equipment, and other items stated in Attachment 4. ALL CHARGES, INCLUDING DEVELOPMENTAL COSTS, MUST BE BUILT INTO THE PERCENTAGE OR TRANSACTION FEES, AS INDICATED ON THE COST PROPOSAL EVALUATION FORM. THIS IS A REQUIREMENT. ANY CHARGE FOR SERVICES NOT ADDRESSED IN THE PRICING PROPOSAL WILL NOT BE ALLOWED DURING THE PERIOD OF THE CONTRACT. (See Part II below.)

13.2 Developmental Costs

Development costs associated with performance of the Contractor under this RFP, including providing specified reports may not be charged separately. Such costs shall be included in transaction fees or the Proposer’s percentage cost.

13.3 Pass-through Fees

Increases in Interchange, Dues and Assessments may be passed on to the State with advance notice to the Treasurer and participating agencies.

13.4 Price Reductions

If for any reason, during the term of the contract, the Contractor reduces the pricing for similar services with similar contract volume, the State, state agencies or local governments shall receive an equivalent reduction in pricing.

SECTION 14. FUNDS AVAILABILITY

14.0 Availability of Funds

Receipts processed each day must be delivered in collected funds to the designated government bank account. Provide proposed schedule for crediting the State’s bank account. The Proposer shall provide proposed cut-off time for processing.

SECTION 15. INFORMATION REQUIRED FROM PROPOSERS

15.0 Submission of Proposals

This section contains instructions that describe the required format for the proposal. All proposals submitted shall contain two parts/packages (Part I - Technical Proposal and Part II - Cost Proposal) and be marked as follows:

PART I - TECHNICAL PROPOSAL (Attachment 1)

(One Separately Sealed Package with the original and 7 copies. Original and Duplicate Copies must be clearly labeled.)

15.1 Statement on Public Entity Crimes

Section 287.133, F.S. places the following restrictions on the ability of persons convicted of public entity crimes to transact business with the Department:

A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in Section 287.017, F.S. for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.

15.2 Technical Proposals

This section contains instructions that describe the required format for the technical proposal. The technical proposal, which includes the methods and resources to be used in accomplishing the requirements of the RFP along with the required documentation, is to be divided into the sections described below. Since the Department will expect all technical proposals to be in this format, failure of the Proposer to follow this outline may result in the rejection of the proposal. The Proposer shall complete the following forms and submit as part of the Proposal Package as described below. Any proposal in which these forms are not used or are improperly executed may be considered non-responsive and the proposal may be subject to rejection. Technical Proposals must include the following information:

A. Signed and completed Request for Proposal: Acknowledgement Form - PUR 7033 (cover sheet.)

B. Technical Proposal Checklist and Required Responses. A RESPONSE TO EACH OF THESE QUESTIONS AND REQUIREMENTS IS MANDATORY. PROPOSER MUST ALSO CERTIFY THAT ALL THE REQUIREMENTS WILL BE MET (Attachment #1).

C. Drug-Free Workplace Program Bidder Certification (Attachment 2).

D. Client References (Attachment 3).

15.3 Additional Information and Comments

The Department reserves the right to request additional information from a Proposer in order to clarify a proposal or to make a thorough review and fair comparison of all proposals submitted.

PART II - COST PROPOSAL

The Cost Proposal Package must include One Separately Sealed Package with the original only; include the MBE Preference Points Certification Form, if applicable.

Cost Proposal

Complete the Cost Proposal (Attachment 4, Pages 1-9) and include with the Cost Proposal Package.

A. INTERCHANGE AND DUES/ASSESSMENTS (Visa and MasterCard). The State expects to receive the best available rate, as most transactions will have the program rate category for emerging market merchants, i.e. CPS Retail 2 for Visa and Merit 3 for MasterCard. If applicable, include interchange, dues and assessments for debit cards and electronic checks. (Attachment 4, Pages 1-3)

B. PROPOSER’S ADD ON COSTS. The Proposer’s processing costs must be stated as a percentage of dollar volume and/or per unit cost per transaction. (Attachment 4, Pages 4-5)

C. POINT OF SALE AND INTERNET GATEWAY. (Attachment 4, Page 6)

1) Equipment charges - State rental price for the possible point of sale equipment usage under the request for proposal, including any applicable service agreements if not included in rental price, and software for operation of cash registers/PC equipment. Include any charges for supplies.

2) Include any Gateway charges for Internet.

D. OTHER FEES. (Attachment 4, Page 7) The following other fees, if applicable, must be shown:

1) Authorization Fee.

2) Settlement Fee.

3) Chargeback Fees.

4) Internet Reporting. State as transaction and monthly cost.

NOTE: Transactions for POS batch transmission are “without card present”. These transactions include the authorization code depicted in the card signature line on the back of the card.

E. SIGNED TOTAL COST PROPOSAL (Attachment 4, Page 9)

15.4 Certified Minority Business Enterprise (CMBE) Participation

The Department will add up to 10 points to the score for the use of CMBE firms or non-CMBE firms utilizing Certified MBEs as subcontractors for services. Complete and attach the MBE Preference Points Certification Form to the Cost Proposal (Attachment #9).

The Department wishes to encourage award of the contract, or subcontracting of portions of the contract to State of Florida Certified Minority Business Enterprises (CMBEs). All Proposers must state the percentage of the total contract price that will be spent with CMBE subcontractors and suppliers. The Proposer must identify services to be furnished by CMBEs and list the CMBE firms supplying each service. The CMBE participation claimed in the technical proposal must be substantiated in the price proposal, or points assigned for the unsubstantiated CMBE participation will be withdrawn. NOTE: Not all minority business enterprises are presently certified by the State of Florida. However, only certified MBEs will be considered in evaluating this portion of a Proposer's proposal. Proposers may obtain information on CMBEs by contacting:

Minority Business Advocacy and Assistance Office

100 Hartman Building

2012 Capital Circle SE

Tallahassee, Florida 32399-2152

Telephone: (850) 487-0915

SECTION 16. EVALUATION OF TECHNICAL PROPOSAL

16.0 Technical Proposal (75 Points)

Technical evaluation is the process of reviewing the Proposer’s responses for understanding of the project, qualifications, approach, and capabilities to assure a quality product.

16.1 Evaluation Review

A Selection Team of not less than three (3) qualified personnel will be named to perform the technical evaluation review process. All responsive proposals will be independently reviewed and evaluated by this committee

16.2 Technical Proposal Evaluation Criteria

The Department may make an award to the Proposer whose offer conforms to the solicitation and is determined to be technically acceptable with a fair and reasonable price. The following points shall be applied to each responsive technical proposal submitted:

Point Value

|10 |Management, Quality Performance, Customer Service |

|25 |Settlement/Reconciliation Solutions, including funds availability |

|20 |Integrated solution to meet the State’s Requirements (by Contractor and Sub-Contractor) |

|10 |Other Technical Requirements |

|10 |Certified Minority. If 10% certified Minority or more of contract is utilized by CMBES, 10 points. If less than 10% |

| |proposed percentage multiplied by 100 = score. No participation by CMBEs, 0 points. |

|75 |TOTAL POINTS FOR TECHNICAL PROPOSAL |

SECTION 17. COST PROPOSAL EVALUATION

17.0 Cost Evaluation

Cost proposals will be compared and evaluated as specified in Attachment 4, Pages 1-9 based on dollar volume, number of transactions, and numbers of locations, as applicable. (The dollar volume, number of transactions, and locations specified in Attachment 4, are based on historical and estimated usage for state agencies and are not intended to represent actual expected volumes. Because state agencies and local governments make their own decisions on the acceptance of credit cards, charge cards, debit cards, and electronic checks the Department is unable to guarantee specific usage under this Request for Proposal.)

The following point system is established for scoring the cost proposals and shall be based on the following formula:

(Low Cost/Proposer’s Cost) x 35 = Proposer’s Total Cost Points

35 TOTAL POINTS FOR COST PROPOSAL

110 TOTAL POINTS AVAILABLE PER BID

Attachment 1. Technical Proposal Checklist RFP 00/01-07

The Proposer must answer the following questions and/or furnish required information relative to the applicable reference number. Attach documents as required.

|Question |Proposal Requirement |RFP Section Number |

|Number | | |

|1 |Insurance Requirements |4.4 |

| |Can Proposer meet established Insurance Requirements? | |

|2 |Purpose |1.0-1.4 |

| |In view of the purpose and underlying summaries of the RFP, comment and explain how | |

| |these attributes will be considered in relation to the Proposer’s capabilities to meet| |

| |the requirements of the request for proposal. | |

|3 |Contractor Responsibility |4.2 |

| |Explain how sub-contractors will be used. | |

|4 |Executive Summary |6.1 |

| |Provide an executive summary to explain the Proposer’s overall capabilities and | |

| |approaches. | |

|5 |Management Plan |6.2 |

| |Provide a management plan as outlined in the RFP. | |

|6 |Quality Control |6.3 |

| |Discuss Proposer’s commitment to quality. Include quality controls and methods used to| |

| |measure processing services. | |

|7 |Organizational Structure |6.4 |

| |Include a description of the organizational structure and management style of Proposer| |

| |as well as the means of coordination and communication with the Department and state | |

| |agencies/units of local government. | |

|8 |Management Structure |6.5 |

| |Provide the names and locations of key personnel on the Proposer’s team as well as a | |

| |resume for each individual proposed including a description of the functions and | |

| |responsibilities for each key person relative to the task to be performed. Address the| |

| |plan to make personnel available to assist the Department, state agencies, and local | |

| |governments. Specify the location from which said service will be provided. | |

|9 |Financial Strength |6.6 |

| |Include Proposer’s audited financial statements for the past two fiscal years. | |

|10 |References |6.7 |

| |Complete and Include Attachment 3. | |

|11 |Company Experience |6.8 |

| |Provide information to substantiate Proposer’s experience in providing similar | |

| |services the past five years for standard services, i.e. point of sale, cash | |

| |register/pc-based, and specialized services such as telephone, mail in, IVRs, | |

| |self-service terminals, and the Internet. | |

|12 |Customer Services |6.9 |

| |Describe Proposer’s commitment to provide daily customer service. | |

|13 |Point of Contact |6.10 |

| |Provide a single point of contact for customer support. | |

|14 |Contact for Overall Relationship |6.11 |

| |Provide a single point of contact for the State of Florida relationship. | |

|15 |Technical Plan |7.0 |

| |Provide a technical plan that explains the technical approach of proposed solution. | |

| | | |

| |Describe, demonstrate and/or explain customer/client integration technologies, such as| |

| |systems development kits (SDKs), application integration programs (APIs), and | |

| |supported standards based technology approaches. | |

| | | |

| |Identify and explain security practices and data encryption methods. | |

| | | |

| |Identify peak transaction volume capacity to handle simultaneous transactions. | |

| |Provide high-water mark expectations. | |

| | | |

| |Identify hosting options of the service and software solution. | |

| | | |

| |Identify practices that provide fault-tolerant fail over for communications access and| |

| |systems components, including network services, back up and recovery, and overall high| |

| |availability of service. | |

| | | |

| |Identify testing environments for use with client application integration. | |

| | | |

| |Identify beta testing methods and client acceptance methodologies. | |

|16 |Action Plan |7.1 |

| |Provide an action plan for assisting the Department, state agencies, and local | |

| |governments in developing and expanding their credit card and other payment programs. | |

| |Include information on initial and continuing training, installment of | |

| |equipment/telephone lines, and flexibility to meet individual agency needs and | |

| |timetables. | |

|17 |Start-up Plan |7.2 |

| |Provide an implementation plan and schedule for start-up and adaptation of the State’s| |

| |current system by November 1,2001, or a schedule for minimum conversion of current | |

| |participants accepting payments, as well as a phase in of remaining agencies. | |

| | | |

| |Define anticipated availability (roll-out) dates reflecting the incorporation of each | |

| |acceptance method to be included in the integrated transaction based general ledger | |

| |reporting solution. | |

|18 |Accomplishing RFP Requirements |7.3 |

| |Explain the approach, capabilities, and means to be used in accomplishing the | |

| |requirements of the RFP. Describe any specific techniques to be used. | |

|19 |Goals of Deployment Strategies |8.1 |

| |Explain how proposed system/solution will enable the State to: | |

| | | |

| |Meet stated goals and objectives; | |

| | |1.0 |

| |Improve customer services; | |

| | | |

| |Enable e-government; | |

| | | |

| |Integrate credit card and other payment acceptance and settlement into the State’s | |

| |business processes; | |

| | | |

| |Reduce and limit of investment relating to resources required to maintain, operate, | |

| |and administer its payment system; | |

| | | |

| |Reduce risks associated with retaining card or bank account information. | |

|20 |Role of Selected Contractor |8.2 |

| |Comment on the Contractor’s role in operating a system that will provide immediate | |

| |authorizations and deliver collected funds to a designated bank account of a financial| |

| |institution that had been designated as a qualified public depository by the | |

| |Treasurer. | |

|21 |Total Solution |8.3 |

| |Comment on the Proposer’s capabilities and qualifications to provide a total solution | |

| |to meet the requirements of the RFP. | |

|22 |Facilitation of Payment Acceptance |8.4 |

| |Explain the Proposer’s capabilities and qualifications to provide a payment acceptance| |

| |service that can facilitate payment transactions in a consolidated one merchant or | |

| |multi-merchant scenario. | |

| | | |

| |Comment on the requirement of the selected contractor to provide statewide, agency, | |

| |and sub-entity detail information for transaction, settlement, dispute, refund, and | |

| |deposit information to meet the reconciliation and general ledger reporting | |

| |requirements of the State. (See Attachment 7 and 8) | |

|23 |Processing Requirements |8.5 |

| |Detail the Proposer’s capabilities to provide payment acceptance solutions that | |

| |integrate internet electronic payment acceptance, over the counter payment acceptance | |

| |(POS), interactive voice response (IVR), and self service terminals. Explain, | |

| |identify, diagram, and demonstrate how each of the acceptance methods (Internet, POS, | |

| |IVR) support an integrated transaction based general ledger reporting solution by | |

| |deposit number and/or settlement batch identifier as defined in 1.0 Purpose. | |

|24 |Point of Sale |8.6 |

| |Describe the types of equipment offered and appropriate applications, including | |

| |descriptions of the equipment’s capacity, provide a listing, along with prices for | |

| |rental of purchase, for point of sale devices supported by the contractor for credit | |

| |and debit cards, and for the conversation of checks at the point of sale to electronic| |

| |form. | |

| | | |

| |Explain Contractor’s system for receiving and processing batch file transmission of | |

| |transactions received at the POS. | |

| | | |

| |List and describe the supplies necessary to operate and support the equipment. | |

| |Indicate which supplies are furnished at no charge. | |

| | | |

| |Describe warranty and service contracts for leased equipment. | |

| | | |

| |Describe Proposer’s payment process, i.e. the process of allowing the consumer to | |

| |enter required information in person, by mail, or over the telephone. | |

| | | |

| |Explain Proposer’s training process. | |

| | | |

| |Describe Proposer’s procedures for authorization and processing during downtime and | |

| |system outages. | |

| | | |

| |Provide communications, infrastructure, or other requirements for POS. | |

|25 |Interactive Voice Response |8.7 |

| | | |

| |Describe Proposer’s features and support of IVR service. | |

| | | |

| |The Contractor shall provide interaction with an IVR that does not require the State | |

| |to make separate contract arrangements. State agencies shall be able to accept | |

| |payments through an IVR furnished and supported by the Contractor and a full service | |

| |processing system, (both provided by the contractor) to interface with state agencies | |

| |and provide authorization, capture, settlement, and reporting. | |

| | | |

| |Provide any interface, implementation requirements, or compatibility issues associated| |

| |with the IVR implementation. | |

|26 |Internet |8.8 |

| |Describe how Proposer’s system will support state agencies’ ability to accept payments| |

| |over the Internet through a payment gateway with a full processing system (both | |

| |furnished and supported by the selected contractor) that will interface with state | |

| |agency web sites, as well as provide authorization, data capture, settlement, and | |

| |reporting. | |

| | | |

| |Describe Proposer’s payment process for allowing the individual or business to enter | |

| |required payment information on a web site. | |

| | | |

| |What information is passed to the customer for verification of a completed | |

| |transaction? | |

| | | |

| |Describe the settlement process in detail. Provide explanation of any differences in | |

| |the settlement process for Visa, MasterCard, Discover, and American Express. Provide | |

| |the same information for the settlement of debit card payments and electronic checks. | |

| | | |

| |Provide a detailed operating schedule for transaction acceptance by days of the week. | |

| |Include cut-off times. | |

| | | |

| |Describe Proposer’s procedures for authorization and processing during downtime and | |

| |system outages. | |

| | | |

| |Describe Proposer’s process for fraud detection and restitution. | |

|27 |Debit Cards |8.10 |

| |If Proposer does not host a debit card program, describe the service company proposed | |

| |to handle debit cards and explain the existing contractual and working relationship | |

| |with this company. | |

| | | |

| |Explain how Proposer will process debit cards, i.e. the upfront entry by the debit | |

| |cardholder, authorization, capture, settlement, and reporting. | |

|28 |Other Electronic Payments |8.11 |

| |Provide details of any system Proposer offers directly or indirectly for state | |

| |agencies to accept payments by electronic check, virtual check, or other means whereby| |

| |the consumer may enter checking account information through point of sale or the | |

| |Internet. | |

| | | |

| |Describe the authorization, data capture, and settlement processes for this service. | |

|29 |Convenience Fees |10.0 |

| |Describe the availability and process of allowing state agencies to assess a | |

| |convenience fee on certain transactions. | |

|30 |Standard Reporting and Data Access Requirements |11.0 |

| |Describe Proposer’s capability to furnish, in electronic format, reports and data | |

| |access at various levels, i.e. agency location, agency, Treasurer, Comptroller. | |

| |Required reports are: | |

| | | |

| |Daily transaction detail activity report. | |

| | | |

| |Daily deposit settlement report. | |

| | | |

| |Daily chargeback/adjustment report. | |

| | | |

| |Daily chargeback/adjustment report. | |

| | | |

| |Monthly expense report. | |

| | | |

| |Monthly invoice. | |

| | | |

| |Monthly summary report by card type. | |

| | | |

| |Monthly management information report that identifies the number of agencies accepting| |

| |payments. | |

| | | |

| |Monthly, quarterly, and yearly report that summarizes volume by card type, the average| |

| |transaction by card type, and overall average transaction. | |

| | | |

| |List and explain other custom reports that Proposer will provide as well as the | |

| |ability for the State to request/produce custom reports. | |

| | | |

| |Describe the Proposer’s capability to provide system access for obtaining transaction | |

| |detail/data. Describe other details of an on-line reporting system accessible through | |

| |the Internet. | |

|31 |Funds Settlement and Reconciliation |11.1 |

| |Describe Proposer’s capability to send a separate automated clearing house (ACH) | |

| |transfer for each agency’s transactions based on merchant account or multiple agency | |

| |merchant numbers, or for terminal id number. | |

| | | |

| |Describe Proposer’s capability to provide batch information with the ACH settlement, | |

| |including data in the ID=Identification Field of the ACH Detail Record. | |

| | | |

| |Describe Proposer’s capability to track payment transactions from the beginning of the| |

| |acceptance process, through batch processing, to final settlement. | |

| | | |

| |Describe Proposer’s capability to assign or accept a unique number assigned by the | |

| |Merchant that would be included with the ACH settlement for reconciliation purposes. | |

|32 |Daily Settlement Reconciliation File |11.2 |

| |Describe Proposer’s capability to convert transaction data for individual applications| |

| |(match-up table furnished by the State) to each payment transaction and/or groups of | |

| |like transactions into a daily electronic file provided to the Treasurer which | |

| |facilitates updating state accounts and automating reconciliation (See attachment 7). | |

| |Explain the Contractor’s capability to make changes as necessary to accommodate | |

| |possible implementation by the State of a new accounting system. | |

| | | |

| |Explain, identify, diagram, and demonstrate how each of the acceptance methods | |

| |(Internet, POS, IVR) support an integrated transaction based general ledger reporting | |

| |solution by deposit number and/settlement batch identifier as defined in 1.0 Purpose. | |

|33 |Chargeback Procedures |12.0 |

| |Describe Proposer’s procedures for handling chargebacks for any reason, including | |

| |refunds and exception items, for all methods of card acceptance, provide details of | |

| |options available for charging the items, such as netting or debiting an account. | |

|34 |Pricing |13.0 |

| |Discuss pricing scenarios based on requirements of this section, and the cost of | |

| |proposal evaluation form. | |

| | | |

| |Explain pricing determination for “card not present” transactions. | |

|35 |Availability of Funds |14.0 |

| |Provide Proposer’s schedule for crediting the State’s bank account. Include proposed | |

| |cut-off time for processing. | |

|36 |Include signed and completed request for approval. Acknowledgement Form – PUR 7033 |15.2 |

| |(Cover Sheet) | |

|37 |Include signed and completed Drug-Free Workplace Program Binder Certification. |15.2 |

Attachment 2. Drug-Free Workplace Program – Bidder Certification

IDENTICAL TIE BIDS - Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall:

1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.

3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1).

4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.

5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted.

6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.

VENDOR’S SIGNATURE :____________________________________________________

Attachment 3. Client References RFP 00/01-07

The bidder must list four (4) separate and verifiable clients of the bidder's firm. The clients shall be listed on this form. Any information not submitted on this form shall not be considered. The clients listed shall be for services similar in nature to that described in this solicitation. Confidential clients shall not be included. Information on each client must be provided on this page:

| | |

|1 |Name:______________________________________________________________________________________ |

| | |

| |Address:____________________________________________________________________________________ |

| | |

| |City:_______________________________________State:_______________________Zip:_________________ |

| | |

| |Phone No:_____________________________________________________________Ext:__________________ |

| | |

| |Contact Person:______________________________________________________________________________ |

| | |

| |Title of Contact Person:________________________________________________________________________ |

| | |

|2 |Name:______________________________________________________________________________________ |

| | |

| |Address:____________________________________________________________________________________ |

| | |

| |City:_______________________________________State:_______________________Zip:_________________ |

| | |

| |Phone No:_____________________________________________________________Ext:__________________ |

| | |

| |Contact Person:______________________________________________________________________________ |

| | |

| |Title of Contact Person:________________________________________________________________________ |

| | |

|3 |Name:______________________________________________________________________________________ |

| | |

| |Address:____________________________________________________________________________________ |

| | |

| |City:_______________________________________State:_______________________Zip:_________________ |

| | |

| |Phone No:_____________________________________________________________Ext:__________________ |

| | |

| |Contact Person:______________________________________________________________________________ |

| | |

| |Title of Contact Person:________________________________________________________________________ |

| | |

|4 |Name:______________________________________________________________________________________ |

| | |

| |Address:____________________________________________________________________________________ |

| | |

| |City:_______________________________________State:_______________________Zip:_________________ |

| | |

| |Phone No:_____________________________________________________________Ext:__________________ |

| | |

| |Contact Person:______________________________________________________________________________ |

| | |

| |Title of Contact Person:________________________________________________________________________ |

Attachment 4. Cost Proposal and Evaluation Package RFP 00/01-07

ATTACHMENT 4

Page 9 of 9

COST PROPOSAL

RFP NO: RFP 00/01-07 Title: CREDIT CARDS, DEBIT CARDS, CHARGE CARDS AND OTHER ELECTRONIC PAYMENTS

THE TOTAL COST PER ATTACHED SPECIFICATIONS AND SCOPE

OF SERVICES $___________________.

Signature: ____________________________________________

Name (typed) _________________________________________

Title: ________________________________________________

Vendor Name: _________________________________________

Date: ______________

ONLY ONE SEPARATELY SEALED PACKAGE WITH THE ORIGINAL IS REQUIRED

Attachment 5. Historical Information

Attachment 6. Estimated Volumes and Transactions

|ATTACHMENT 6 | | | | |

|Page 1 of 13 pages | | | | |

|ESTIMATED CREDIT CARD | | | | |

|PAYMENTS BY METHOD | | | | |

|AGENCY: COMBINED | | | | |

|SUBMITTED BY: | |DOLLAR |NUMBER OF |RANGE OF |

|TELEPHONE NR: | |VOLUME |TRANSACTIONS |TICKET SIZE |

| | | | |Ex. 25.00-100.00 |

|FY2001-2002 | | | | |

|POINT OF SALE | |$88,365,651 |2,119,143 | |

|IVR | |$3,596,050 |167,150 | |

|INTERNET | |$29,328,851 |603,271 | |

|OTHER | |$306,824 |29,395 | |

|TOTAL | |$121,597,376 |2,918,959 | |

| | | | | |

|FY2002-2003 | | | | |

|POINT OF SALE | |$110,841,808 |2,840,265 | |

|IVR | |$6,121,700 |268,410 | |

|INTERNET | |$60,944,495 |880,382 | |

|OTHER | |$413,915 |30,535 | |

|TOTAL | |$178,321,918 |4,019,592 | |

| | | | | |

|FY2003-2004 | | | | |

|POINT OF SALE | |$156,457,510 |4,117,541 | |

|IVR | |$8,647,350 |369,670 | |

|INTERNET | |$85,596,926 |1,095,870 | |

|OTHER | |$445,053 |33,198 | |

|TOTAL | |$251,146,839 |5,616,279 | |

| | | | | |

|GRAND TOTAL (Three Years) | | | | |

|POINT OF SALE | |$355,664,969 |9,076,949 | |

|IVR | |$18,365,100 |805,230 | |

|INTERNET | |$175,870,272 |2,579,523 | |

|OTHER | |$1,165,792 |93,128 | |

|TOTAL | |$551,066,133 |12,554,830 | |

|ATTACHMENT 6 | | | | | |

|Page 2 of 13 pages | | | | | |

|ESTIMATED CREDIT CARD | | | | | |

|PAYMENTS BY METHOD | | | | | |

|AGENCY: Department of Health | | | | | |

|SUBMITTED BY: Jackie Tarntino | | DOLLAR |NUMBER OF | RANGE OF | |

|TELEPHONE NR: 850 245-3084 | | VOLUME |TRANSACTIONS | TICKET SIZE | |

| | | | | Ex. 25.00-100.00 |

|FY2001-2002 | | | | | |

|POINT OF SALE | |$4,388,992.00 |65,397 | 20.00-74.00 | |

|IVR | | | | | |

|INTERNET |* |$5,801,090.04 |44,007 | 20.00-505.00 | |

|OTHER | |$306,824.00 |29,395 | 10.00-14.00 | |

|TOTAL | |$10,496,906.04 |138,799 | 10.00-505.00 | |

| | | | | | |

|FY2002-2003 | | | | | |

|POINT OF SALE | |$4,735,979.00 |68,276 | 20.50-76.00 | |

|IVR | | | | | |

|INTERNET |* |$2,597,983.76 |40,550 | 20.00-305.00 | |

|OTHER | |$397,775.00 |30,135 | 10.00-14.00 | |

|TOTAL | |$7,731,737.76 |138,961 | 10.00-305.00 | |

| | | | | | |

|FY2003-2004 | | | | | |

|POINT OF SALE | |$5,125,950.00 |71,519 | 21.00-78.00 | |

|IVR | | | | | |

|INTERNET |* |$4,884,925.80 |44,814 | 20.00-505.00 | |

|OTHER | |$437,553.00 |33,148 | 10.00-14.00 | |

|TOTAL | |$10,448,428.80 |149,481 | 10.00-505.00 | |

| | | | | | |

|GRAND TOTAL (Three Years) | | | | | |

|POINT OF SALE | |$14,250,921.00 |205,192 | 20.00-78.00 | |

|IVR | | | | | |

|INTERNET |* |$13,283,999.60 |129,371 | 20.00-505.00 | |

|OTHER | |$1,142,152.00 |92,678 | 10.00-14.00 | |

|TOTAL | |$27,534,920.60 |334,563 | | |

| | | | | | |

|* used 10%-90% estimate of renewals based on the program. | | |

|For the SFY 02-03 the number of transactions is significantly lower because the number of renewals |

|Biennially for MQA is lower, and the number of authorization renewals is significantly lower for Environmental Health. |

|ATTACHMENT 6 | | | | |

|Page 3 of 13 pages | | | | |

|ESTIMATED CREDIT CARD | | | | |

|PAYMENTS BY METHOD | | | | |

|AGENCY: DCA | | | | |

|SUBMITTED BY: | |DOLLAR |NUMBER OF |RANGE OF |

|TELEPHONE NR: | |VOLUME |TRANSACTIONS |TICKET SIZE |

| | | | |Ex. 25.00-100.00 |

|FY2001-2002 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$2,519,683.00 |16,404 |5.00 - 1,000.00 |

|OTHER | | | | |

|TOTAL | |$2,519,683.00 |16,404 | |

| | | | | |

|FY2002-2003 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$2,341,683.00 |16,458 |5.00 - 1,000.00 |

|OTHER | | | | |

|TOTAL | |$2,341,683.00 |16,458 | |

| | | | | |

|FY2003-2004 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$1,445,000.00 |7,673 |5.00 - 1,000.00 |

|OTHER | | | | |

|TOTAL | |$1,445,000.00 |7,673 | |

| | | | | |

|GRAND TOTAL (Three Years) | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$11,167,732.00 |46,535 |5.00 - 1,000.00 |

|OTHER | | | | |

|TOTAL | |$6,306,366.00 |40,535 | |

|ATTACHMENT 6 | | | | |

|Page 4 of 13 pages | | | | |

|ESTIMATED CREDIT CARD | | | | |

|PAYMENTS BY METHOD | | | | |

|AGENCY: DBF | | | | |

|SUBMITTED BY: | |DOLLAR |NUMBER OF |RANGE OF |

|TELEPHONE NR: | |VOLUME |TRANSACTIONS |TICKET SIZE |

|FY2001-2002 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$917,850.00 |6233 |$100-$23,300 |

|OTHER | | | | |

|TOTAL | |$917,850.00 |6233 | |

| | | | | |

|FY2002-2003 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$968,467.00 |4568 |$100-$100,000 |

|OTHER | | | | |

|TOTAL | |$968,467.00 |4568 | |

| | | | | |

|FY2003-2004 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$1,622,442.00 |8,876 |$100-$23,300 |

|OTHER | | | | |

|TOTAL | |1,622,442.00 |8,876 | |

| | | | | |

|GRAND TOTAL (Three Years) | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$5,395,076.00 |30,478 | |

|OTHER | | | | |

|TOTAL | |$5,395,076.00 |30,478 | |

|ATTACHMENT 6 | | | | |

|Page 5 of 13 pages | | | | |

|ESTIMATED CREDIT CARD | | | | |

|PAYMENTS BY METHOD | | | | |

|AGENCY: DBPR | | | | |

|SUBMITTED BY: | |DOLLAR |NUMBER OF |RANGE OF |

|TELEPHONE NR: | |VOLUME |TRANSACTIONS |TICKET SIZE |

| | | | |Ex. 25.00-100.00 |

|FY2001-2002 | | | | |

| | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$6,080,800.00 |51,258 |25.00-500.00 |

|OTHER | | | | |

|TOTAL | |$6,080,800.00 |51,258 | |

| | | | | |

|FY2002-2003 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$30,924,214.00 |168,647 |25.00-500.00 |

|OTHER | | | | |

|TOTAL | |$30,924,214.00 |168,647 | |

| | | | | |

|FY2003-2004 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$45,173,626.00 |231,724 |25.00-500.00 |

|OTHER | | | | |

|TOTAL | |$45,173,626.00 |231,724 | |

| | | | | |

|GRAND TOTAL (Three Years) | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$82,178,640.00 |451,629 | |

|OTHER | |$82,178,640.00 |451,629 | |

|ATTACHMENT 6 | | | | |

|Page 6 of 13 pages | | | | |

|ESTIMATED CREDIT CARD | | | | |

|PAYMENTS BY METHOD | | | | |

|AGENCY: DOS | | | | |

|SUBMITTED BY: | |DOLLAR |NUMBER OF |RANGE OF |

|TELEPHONE NR: | |VOLUME |TRANSACTIONS |TICKET SIZE |

| | | | |Ex. 25.00-100.00 |

|FY2001-2002 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$3,000,000.00 |10,000 |50.00 - 2000.00 |

|OTHER | | | | |

|TOTAL | |$3,000,000.00 |10,000 | |

| | | | | |

|FY2002-2003 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$7,000,000.00 |50,000 |50.00 - 2000.00 |

|OTHER | | | | |

|TOTAL | |$7,000,000.00 |50,000 | |

| | | | | |

|FY2003-2004 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$10,000,000.00 |75,000 |50.00 - 2000.00 |

|OTHER | | | | |

|TOTAL | |$10,000,000.00 |75,000 | |

| | | | | |

|GRAND TOTAL (Three Years) | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$20,000,000.00 |135,000 |50.00 - 2000.00 |

|OTHER | | | | |

|TOTAL | |$20,000,000.00 |135,000 | |

|ATTACHMENT 6 | | | | |

|Page 7 of 13 pages | | | | |

|ESTIMATED CREDIT CARD | | | | |

|PAYMENTS BY METHOD | | | | |

|AGENCY:Highway Safety | | | | |

|SUBMITTED BY:Jerry Scruggs | |DOLLAR |NUMBER OF |RANGE OF |

|TELEPHONE NR:488-1296 | |VOLUME |TRANSACTIONS |TICKET SIZE |

| | | | |Ex. 25.00-100.00 |

|FY2001-2002 | | | | |

|POINT OF SALE | | | | |

|IVR | |$1,096,050.00 | 67,150 |15.00-1,000.00 |

|INTERNET | |$3,521,250.00 | 132,500 |15.00-1,000.00 |

|OTHER | | | | |

|TOTAL | |$4,617,300.00 | 199,650 | |

| | | | | |

|FY2002-2003 | | | | |

|POINT OF SALE | | | | |

|IVR | |$1,121,700.00 | 68,410 |15.00-1,000.00 |

|INTERNET | |$3,780,000.00 | 140,000 |15.00-1,000.00 |

|OTHER | | | | |

|TOTAL | |$4,901,700.00 | 208,410 | |

| | | | | |

|FY2003-2004 | | | | |

|POINT OF SALE | | | | |

|IVR | |$1,147,350.00 | 69,670 |15.00-1,000.00 |

|INTERNET | |$4,038,750.00 | 147,500 |15.00-1,000.00 |

|OTHER | | | | |

|TOTAL | |$5,186,100.00 | 217,170 | |

| | | | | |

|GRAND TOTAL (Three Years) | | | | |

|POINT OF SALE | | | | |

|IVR | |$3,365,100.00 | 205,230 |15.00-1,000.00 |

|INTERNET | |$11,340,000.00 | 420,000 |15.00-1,000.00 |

|OTHER | | | | |

|TOTAL | |$14,705,100.00 | 625,230 | |

|ATTACHMENT 6 | | | | |

|Page 8 of 13 pages | | | | |

|ESTIMATED CREDIT CARD | | | | |

|PAYMENTS BY METHOD | | | | |

|AGENCY: Insurance | | | | |

|SUBMITTED BY: Sandra Gantt Ford | |DOLLAR |NUMBER OF |RANGE OF |

|TELEPHONE NR: | |VOLUME |TRANSACTIONS |TICKET SIZE |

| | | | |Ex. 25.00-100.00 |

|FY2001-2002 | | | | |

|POINT OF SALE(Walk/Mail-In) | |$2,168,165.00 | 41,273 |$.50 - $1,000 |

|IVR | | | | |

|INTERNET ((50% of Agt Apps) | |$1,408,803.00 | 32,882 |$5 - $64 |

|OTHER | | | | |

|TOTAL | |$3,576,968.00 | 74,155 | |

| | | | | |

|FY2002-2003 | | | | |

|POINT OF SALE(Walk/Mail-In) | |$912,040.00 | 49,527 |$.50 - $1,000 |

|IVR | | | | |

|INTERNET ((50% of Agt Apps) | |$3,381,127.00 | 39,459 |$5 - $64 |

|OTHER | | | | |

|TOTAL | |$4,293,167.00 | 88,986 | |

| | | | | |

|FY2003-2004 | | | | |

|POINT OF SALE(Walk/Mail-In) | |$1,140,049.00 | 61,910 |$.50 - $1,000 |

|IVR | | | | |

|INTERNET ((50% of Agt Apps) | |$4,226,409.00 | 49,323 |$5 - $64 |

|OTHER | | | | |

|TOTAL | |$5,366,458.00 | 111,233 | |

| | | | | |

|GRAND TOTAL (Three Years) | | | | |

|POINT OF SALE(Walk/Mail-In) | |$4,220,254.00 |152,710 |$.50 - $1,000 |

|IVR | | | | |

|INTERNET ((50% of Agt Apps) | |$9,016,339.00 |121,664 |$5 - $64 |

|OTHER | | | | |

|TOTAL | |$13,236,593.00 |274,374 | |

|ATTACHMENT 6 | | | | | |

|Page 9 of 13 pages | | | | | |

|PAYMENTS BY METHOD | | | | | |

|ESTIMATED CREDIT CARD | | | | | |

|PAYMENTS BY METHOD | | | | | |

|AGENCY: Environmental Protection | | | | | |

|SUBMITTED BY: Gloria Hodge | |DOLLAR |NUMBER OF |RANGE OF |NUMBER OF |

|TELEPHONE NR:488-2400 | |VOLUME |TRANSACTIONS |TICKET SIZE |TERMINALS |

| | | | |Ex. 25.00-100.00 |

|FY2001-2002 | | | | | |

|POINT OF SALE | |$8,330,000.00 |205,000 |$3.00 - $150.00 |115 |

|IVR | | | | | |

|INTERNET | | | | | |

|OTHER | | | | | |

|TOTAL | |$8,330,000.00 |205,000 | | |

| | | | | | |

|FY2002-2003 | | | | | |

|POINT OF SALE | |$8,746,000.00 |215,250 |$3.00 - $150.00 | |

|IVR | | | | | |

|INTERNET | | | | | |

|OTHER | | | | | |

|TOTAL | |$8,746,000.00 |215,250 | | |

| | | | | | |

|FY2003-2004 | | | | | |

|POINT OF SALE | |$9,185,000.00 |226,000 |$3.00 - $150.00 | |

|IVR | | | | | |

|INTERNET | | | | | |

|OTHER | | | | | |

|TOTAL | |$9,185,000.00 |226,000 | | |

| | | | | | |

|GRAND TOTAL (Three Years) | | | | | |

|POINT OF SALE | |$26,261,000.00 |646,250 |$3.00 - $150.00 | |

|IVR | | | | | |

|INTERNET | | | | | |

|OTHER | | | | | |

|TOTAL | |$26,261,000.00 |646,250 | | |

|ATTACHMENT 6 | | | | |

|Page 10 of 13 pages | | | | |

|ESTIMATED CREDIT CARD | | | | |

|PAYMENTS BY METHOD | | | | |

|AGENCY:Agency for Healthcare | | | | |

|SUBMITTED BY:Dede Black | |DOLLAR |NUMBER OF |RANGE OF |

|TELEPHONE NR: 922-5894 | |VOLUME |TRANSACTIONS |TICKET SIZE |

| | | | |Ex. 25.00-100.00 |

|FY2001-2002 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | | | | |

|OTHER | | | | |

|TOTAL | | | | |

| | | | | |

|FY2002-2003 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | | | | |

|OTHER | |$16,140.00 | 400 |$100 - $10,000 |

|TOTAL | |$16,140.00 | 400 | |

| | | | | |

|FY2003-2004 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | | | | |

|OTHER | |$7,500.00 | 50 |$100 |

|TOTAL | |$7,500.00 | 50 | |

| | | | | |

|GRAND TOTAL (Three Years) | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | | | | |

|OTHER | |$23,640.00 | 450 | |

|TOTAL | |$23,640.00 | 450 | |

| | | | | |

|*Some Fees are annual or biennial | | | | |

| | | | | |

|Our agency is looking at having Internet on-line processing of licensure applications |

|using electronic check as method of payment. | | |

|ATTACHMENT 6 | | | | |

|Page 11 of 13 pages | | | | |

|ESTIMATED CREDIT CARD | | | | |

|PAYMENTS BY METHOD | | | | |

|AGENCY: Legislative Staff | | | | |

|SUBMITTED BY: | |DOLLAR |NUMBER OF |RANGE OF |

|TELEPHONE NR: | |VOLUME |TRANSACTIONS |TICKET SIZE |

| | | | |Ex. 25.00-100.00 |

|FY2001-2002 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$380,000.00 |2,200 |$7 - $500 |

|OTHER | | | | |

|TOTAL | |$380,000.00 |2,200 | |

| | | | | |

|FY2002-2003 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$418,000.00 |2,700 |$7 - $500 |

|OTHER | | | | |

|TOTAL | |$418,000.00 |2,700 | |

| | | | | |

|FY2003-2004 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$456,000.00 |3,400 |$7 - $500 |

|OTHER | | | | |

|TOTAL | |$456,000.00 |3,400 | |

| | | | | |

|GRAND TOTAL (Three Years) | | | | |

|POINT OF SALE | | | | |

|IVR | | | |$7 - $500 |

|INTERNET | |$1,254,000.00 |8,300 | |

|OTHER | | | | |

|TOTAL | |$1,254,000.00 |8,300 | |

|ATTACHMENT 6 | | | | |

|Page 12 of 13 pages | | | | |

|ESTIMATED CREDIT CARD | | | | |

|PAYMENTS BY METHOD | | | | |

|AGENCY: FDLE | | | | |

|SUBMITTED BY: | |DOLLAR |NUMBER OF |RANGE OF |

|TELEPHONE NR: | |VOLUME |TRANSACTIONS |TICKET SIZE |

| | | | |Ex. 25.00-100.00 |

|FY2001-2002 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$2,095,375.00 |135,805 |See Note |

|OTHER | | | | |

|TOTAL | |$2,095,375.00 |135,805 | |

| | | | | |

|FY2002-2003 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$2,200,020.00 |142,945 |See Note |

|OTHER | | | | |

|TOTAL | |$2,200,020.00 |142,945 | |

| | | | | |

|FY2003-2004 | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$2,309,900.00 |150,092 |See Note |

|OTHER | | | | |

|TOTAL | |$2,309,900.00 |150,092 | |

| | | | | |

|GRAND TOTAL (Three Years) | | | | |

|POINT OF SALE | | | | |

|IVR | | | | |

|INTERNET | |$6,605,295.00 |428,842 |See Note |

|OTHER | | | | |

|TOTAL | |$6,605,295.00 |428,842 | |

| | | | | |

|Note: | | | | |

|A 5% growth rate for criminal history record checks (CHRC) and certification examinations is anticipated. |

|Some point of sale transactions are expected to occur, but the volume should be minimal. |

|The ticket size for criminal history record checks services ranges from $8 to $15 - 420,000 over 3 years. |

|The ticket size for certification examination receipts is $75 - 8,842 over 3 years. | |

|ATTACHMENT 6 | | | | |

|Page 13 of 13 pages | | | | |

|ESTIMATED CREDIT CARD | | | | |

|PAYMENTS BY METHOD | | | | |

|AGENCY: DOT | | | | |

|SUBMITTED BY: | |DOLLAR |NUMBER OF |RANGE OF |

|TELEPHONE NR: | |VOLUME |TRANSACTIONS |TICKET SIZE |

| | | | | |

|FY2001-2002 | | | | |

|POINT OF SALE | |$73,478,493.84 |1,807,473 |1.07-197,000.00 |

|IVR | |$2,500,000.00 |100,000 |25.00-5,000.00 |

|INTERNET | |$3,604,000.00 |171,982 |1.29-197,000.00 |

|OTHER | | | | |

|TOTAL | |$79,582,493.84 |2,079,455 | |

| | | | | |

|FY2002-2003 | | | | |

|POINT OF SALE | |$96,447,788.96 |2,507,212 |1.07-197,000.00 |

|IVR | |$5,000,000.00 |200,000 |25.00-5,000.00 |

|INTERNET | |$7,333,000.00 |275,055 |1.29-197,000.00 |

|OTHER | | | | |

|TOTAL | |$108,780,788.96 |2,982,267 | |

| | | | | |

|FY2003-2004 | | | | |

|POINT OF SALE | |$141,006,511.31 |3,758,112 |1.07-197,000.00 |

|IVR | |$7,500,000.00 |300,000 |25.00-5,000.00 |

|INTERNET | |$11,439,873.04 |377,468 |1.29-197,000.00 |

|OTHER | | | | |

|TOTAL | |$159,946,384.35 |4,435,580 | |

| | | | | |

|GRAND TOTAL (Three Years) | | | | |

|POINT OF SALE | |$310,932,794.11 |8,072,797 | |

|IVR | | | | |

|INTERNET | |$22,376,873.04 |824,505 | |

|OTHER | | | | |

|TOTAL | |$348,309,667.15 |9,497,302 | |

| | | | | |

Attachment 7. Format, Daily Settlement Reconciliation File

PROD DATE: 10/19/1998

TRANSACTION 30 & 31 BATCH INPUT RECORD FORMAT

---------------------------------------------

Transaction 30 – Direct Deposit Receipt (This is the transaction to be used for electronic payments)

Transaction 31 – Clearing Fund Receipt

TAPE LABEL........ STANDARD IBM LABEL; 6250 BPI

BLOCK SIZE............ 8645

RECORD LENGTH......... 455

DSN................... DXXXXB30,DXXXXB31 (XXXX = L1-L2)

This format is also used for FTP files.

I. SECURITY HEADER RECORD:

This record must precede each set of agency detail transaction records.

POSITION FORMAT DESCRIPTION

-------- ------ -----------

1- 1 | A1 | HEADER RECORD IDENTIFIER - VALUE 'H'

2- 12 | A11 | ORGANIZIATION

13- 19 | A7 | USER NAME

20- 455 | A436 | FILLER

II. TRANSACTION 30/31 INPUT RECORD:

This is the format for an agency detail transaction record. There may be multiple agency detail transaction records per electronic payment.

POSITION FORMAT DESCRIPTION

-------- ------ -----------

1- 6 | A6 | FILLER

7- 8 | N2 | TRANSACTION TYPE

9- 17 | N9 | ORGANIZATION LEVELS 2 - 5

18- 42 | A25 | FILLER

43- 44 | A2 | EXPANSION OPTION

45- 46 | A2 | EXPANSION OPTION VERSION

47- 48 | A2 | FILLER

49- 64 | A16 | STATE PROGRAM

65- 69 | A5 | GENERAL LEDGER CODE

70- 75 | A6 | CATEGORY

76- 83 | A8 | TRANSACTION DATE (YYYYMMDD)

84- 89 | A6 | FILLER

90-101 | N10.2 | AMOUNT

102-111 | A10 | FILLER

112-117 | N6 | OBJECT CODE

118-118 | A1 | FILLER

119-124 | A6 | PRIMARY DOCUMENT NUMBER

125-128 | A4 | LINE NUMBER

129-130 | A2 | FILLER

131-151 | A21 | VENDOR ID

152-170 | A19 | FILLER

171-181 | A11 | ORIGINAL RECEIPT

182-182 | A1 | FILLER

183-184 | A2 | EXTERNAL PROGRAM

185-197 | A13 | FILLER

198-211 | A14 | SUBVENDOR ID

212-213 | A2 | FILLER

214-222 | A9 | INVOICE

223-255 | A33 | FILLER

256-271 | A16 | DESCRIPTION

272-272 | A1 | FILLER

273-273 | A1 | BATCH CHARACTER

274-274 | A1 | FILLER

275-279 | A5 | OTHER COST ACCUMULATOR

280-282 | A3 | FILLER

283-285 | A3 | EXTERNAL GENERAL LEDGER

286-288 | A3 | EXTERNAL OBJECT CODE

289-289 | A1 | BOOKKEEPING INDICATOR

290-300 | A11 | OTHER DOCUMENT NUMBER

301-310 | N8.2 | QUANTITY

311-313 | A3 | PRODUCT ID

314-324 | N11 | UNITS

325-333 | N9 | TIME

334-367 | A34 | FILLER

368-372 | A5 | GRANT ID

373-374 | A2 | GRANT YEAR

375-379 | A5 | CONTRACT ID

380-381 | A2 | CONTRACT YEAR

382-383 | A2 | AGENCY UNIQUE

384-385 | A2 | YEAR INDICATOR

386-388 | A3 | FILLER

389-389 | A1 | PRIOR PERIOD INDICATOR

390-397 | A8 | BEGINNING PROPERTY ITEM NUMBER

398-417 | A20 | FILLER

418-428 | A11 | PROJECT ID

429-434 | A6 | EXTERNAL CATEGORY

435-442 | A8 | FILLER

443-443 | A1 | CERTIFIED FORWARD INDICATOR

444-455 | A12 | FILLER

NOTE: FIELDS FROM THE EXPANSION OPTION & SET MAY BE OVERRIDDEN BY INPUT OF ANOTHER DATA CODE OR MAY BE REMOVED FROM THE TRANSACTION RECORD BY INPUT OF A '-' IN THE FIRST POSITION OF THE INPUT FIELD. THE FIELDS WHICH MAY BE OVERRRIDDEN ARE CAT, YR, GL, EGL, EOB, STATE PROGRAM, EP,GRANT, PROJECT ID, EXTERNAL CATEGORY, GRANT YEAR, CONTRACT, CONTRACT YEAR, OCA, AND AU. THE SAME FIELDS MAY BE DELETED EXCEPT FOR CAT, YR AND GL WHICH ARE REQUIRED.

III. FIELD EDITS:

FIELD NAME REQUIREMENTS

---------- ------------

SECURITY HEADER RECORD

HEADER RECORD IDENTIFIER REQUIRED - VALUE 'H'

SECURITY ORGANIZATION REQUIRED

USER NAME REQUIRED - MUST HAVE UPDATE CAPABILITY FOR 'CR' FUNCTION

FIELD NAME REQUIREMENTS

---------- ------------

INPUT DETAIL RECORD

TRANSACTION TYPE REQUIRED - VALUE '30' OR '31'

ORG LEVEL 2-5 REQUIRED - MUST BE WITHIN SECURITY RANGE

EXPANSION OPTION REQUIRED - DEFAULTS TO STANDARD OPTION - 00

EXPANSION OPTION VERSION OPTIONAL - DEFAULTS TO CURRENT VERSION

STATE PROGRAM REQUIRED IF OBJ > 099999; ELSE OPTIONAL -

SEE NOTE

IF INPUT, MUST BE ON TITLE FILE.

GENERAL LEDGER CODE REQUIRED - SEE NOTE

CATEGORY REQUIRED - EDIT IF INPUT CATEGORY NOT =

TO SET RECORD CAT OR IF NO RECORD

WAS FOUND. IF OBJECT > 099999, CAT

MUST BE > 009999. IF OBJECT < 100000, CAT MUST BE < 010000; CANNOT = 000000;

MUST BE ON TITLE FILE; SEE NOTE

IF CATEGORY = 07000 OR 07001,THEN

GL MUST = 614XX OR 683XX OR 511XX

IF CATEGORY = 00151 THEN GL MUST =

655XX OR 656XX,

TRANSACTION DATE OPTIONAL - BLANK DEFAULTS TO CURRENT DATE;

IF TRANS TYPE = 31, TRANS DATE

MUST BE < OR = TO CURRENT DATE;

IF INPUT, MUST BE NUMERIC.

AMOUNT REQUIRED - MUST NOT = 0

OBJECT CODE REQUIRED - MUST BE < 900000;

MUST BE ON TITLE FILE.

PRIMARY DOCUMENT NUMBER REQUIRED - IF TRANS TYPE = 30, THIS IS THE

DEPOSIT NUMBER TO BE USED IN THE

TREASURER'S SYSTEM

LINE OPTIONAL

VENDOR ID REQUIRED IF OBJECT > 099999; ELSE OPTIONAL

IF INPUT, MUST BE ON APPROPRIATE

VENDOR FILE.

ORIGINAL RECEIPT OPTIONAL

EXTERNAL PROGRAM OPTIONAL - SEE NOTE

IF INPUT, MUST BE ON TITLE FILE.

SUBVENDOR ID OPTIONAL - FIRST DIGIT MUST = V,E,C,F,S,OR N.

IF INPUT, MUST BE ON APPROPRIATE

VENDOR FILE.

INVOICE OPTIONAL

DESCRIPTION OPTIONAL

BATCH CHARACTER OPTIONAL

OTHER COST ACCUMULATOR OPTIONAL - SEE NOTE

IF INPUT, MUST BE ON TITLE FILE.

EXTERNAL GENERAL LEDGER OPTIONAL - SEE NOTE

IF INPUT, MUST BE ON TITLE FILE.

EXTERNAL OBJECT CODE OPTIONAL - SEE NOTE

IF INPUT, MUST BE ON TITLE FILE.

BOOKKEEPING INDICATOR OPTIONAL - IF INPUT MUST = N

OTHER DOCUMENT NUMBER OPTIONAL

QUANTITY OPTIONAL - IF INPUT, MUST BE NUMERIC.

PRODUCT ID OPTIONAL - IF INPUT, MUST BE ON TITLE FILE.

UNITS OPTIONAL - IF INPUT, MUST BE NUMERIC.

TIME OPTIONAL - IF INPUT, MUST BE NUMERIC.

GRANT OPTIONAL - SEE NOTE. IF INPUT, C&G ALLOT-

MENT LEVEL INDICATOR MUST BE

ON EXPANSION OPTION OR SET RECORD.

IF INPUT, MUST BE ON GRANT

INFORMATION FILE

OPTIONAL - UNLESS ATEGORY = 000700,000701 OR

001510, MUST BE VALID ON GRANT

INFORMATION FILE

IF CATEGORY = 000700, 000701 OR

001510, GRANT TYPE MUST NOT = 'N'

GRANT YEAR OPTIONAL - INVALID IF GRANT = BLANK; SEE NOTE

IF INPUT, MUST BE NUMERIC.

CONTRACT OPTIONAL - IF INPUT, MUST BE ON CONTRACT

INFORMATION FILE.

CONTRACT ALLOTMENT LEVEL INDICATOR

MUST BE ON EITHER THE EXPANSION

OPTION RECORD OR EXPANSION SEE RECORD.

CONTRACT YEAR OPTIONAL - INVALID IF CNTRT = BLANK; SEE NOTE

IF INPUT, MUST BE NUMERIC.

AGENCY UNIQUE OPTIONAL - SEE NOTE; IF INPUT, MUST BE

WITHIN SECURITY AU RANGE.

YEAR INDICATOR REQUIRED - NUMERIC - FROM INPUT; IF BLANK,

FROM EXPANSION SET RECORD.

IF BLANK & NO SET RECORD FOUND,

THEN DEFAULT TO 00.

IF CAT < 010000, THEN YR MUST = 00.

IF INPUT, MUST BE NUMERIC.

PRIOR PERIOD INDICATOR OPTIONAL - IF NBI = 0, PPI MUST = BLANK

IF NBI = 1, PPI MUST = BLANK OR M

IF NBI = 2, PPI MUST = BLANK OR Y

IF NBI = 3, PPI MUST = BLANK, M, OR Y

IF NBI = 4, PPI MUST = BLANK OR M

BEGINNING PROPERTY ITEM # OPTIONAL - IF INPUT, LAST 6 DIGITS MUST

NUMERIC OR = 'ZZZZZZ'

CERTIFIED FORWARD INDICTOR OPTIONAL - IF INPUT, MUST = C

INVALID IF SF = 8

INVALID IF OBJ < 100000

PROJECT ID OPTIONAL - IF INPUT, MUST BE ON PROJECT

INFORMATION FILE.

EXTERNAL CATEGORY OPTIONAL - IF INPUT, MUST BE ON TITLE FILE.

GRANT TO FUND CORRELATION:

IF THE AGENCY IS A C&G USER AND A GRANT IS INCLUDED ON THE INPUT

RECORD AND THAT GRANT HAS BEEN CORRELATED TO ANY FUNDS, IT MUST BE

CORRELATED TO THE FUND FROM EXPANSION.

GRANT TO CONTRACT CORRELATION:

IF THE AGENCY IS A C&G USER AND A GRANT AND A CONTRACT ARE INCLUDED

ON THE INPUT RECORD AND THAT GRANT HAS BEEN CORRELATED TO ANY

CONTRACTS, IT MUST BE CORRELATED TO THE CONTRACT ON THE INPUT

RECORD.

PROJECT ID TO ACCOUNT CODE CORRELATION:

IF THE AGENCY HAS OPTED TO ALWAYS REQUIRE THIS CORRELATION

AND A PROJECT ID IS INCLUDED ON THE INPUT RECORD, THE PROJECT ID

MUST BE CORRELATED TO THE ACCOUNT CODE FROM EXPANSION.

IF THE AGENCY HAS OPTED TO SOMETIMES REQUIRE THIS CORRELATION

AND A PROJECT ID IS INCLUDED ON THE INPUT RECORD, IF THE PROJECT ID

HAS BEEN CORRELATED TO ANY ACCOUNT CODES, IT MUST BE CORRELATED

TO THE ACCOUNT CODE FROM EXPANSION.

PROJECT ID TO CONTRACT CORRELATION:

IF THE AGENCY HAS OPTED TO ALWAYS REQUIRE THIS CORRELATION

AND A PROJECT ID AND CONTRACT ARE INCLUDED ON THE INPUT RECORD, THE

PROJECT ID MUST BE CORRELATED TO THE CONTRACT ON THE INPUT RECORD.

IF THE AGENCY HAS OPTED TO SOMETIMES REQUIRE THIS CORRELATION

AND A PROJECT ID AND CONTRACT ARE INCLUDED ON THE INPUT RECORD, IF

THE PROJECT ID HAS BEEN CORRELATED TO ANY CONTRACTS, IT MUST BE

CORRELATED TO THE CONTRACT ON THE INPUT RECORD.

CONTRACT TO ACCOUNT CODE CORRELATION:

IF THE AGENCY HAS OPTED TO ALWAYS REQUIRE THIS CORRELATION

AND A CONTRACT IS INCLUDED ON THE INPUT RECORD, THE CONTRACT

MUST BE CORRELATED TO THE ACCOUNT CODE FROM EXPANSION.

IF THE AGENCY HAS OPTED TO SOMETIMES REQUIRE THIS CORRELATION

AND A CONTRACT IS INCLUDED ON THE INPUT RECORD, IF THE CONTRACT

HAS BEEN CORRELATED TO ANY ACCOUNT CODES, IT MUST BE CORRELATED

TO THE ACCOUNT CODE FROM EXPANSION.

Attachment 8. Depictions of Existing and Proposed Integrated Payment Acceptance, Deposit and Reconciliation

[pic]

[pic]

ATTACHMENT 9

PAGE 1 OF 1

RFP 00/01-07

MBE PREFERENCE POINTS CERTIFICATION FORM

RFP NO.: RFP00/01-07 TITLE: CREDIT CARD

I, ____________________________,________________________________________

(name) (title)

of__________________________________certify that:

(Name of Proposer)

_____(the firm(s) listed below is a State of Florida Certified Minority Business Enterprise (MBE)).

_____(the firm(s) listed below is not a State of Florida Certified Minority Business Enterprise (MBE)).

_____(my firm (s) is a State of Florida Certified Minority Business Enterprise (MBE).

I also certify, if applicable, that our firm will subcontract at least percent of the project costs on the above-referenced project to State of Florida Certified Minority Business Enterprises.

If I have indicated above that a portion of the project costs will be subcontracted to certified MBE(s), the firms considered as proposed MBE subcontractors/vendors and the types of services or commodities to be subcontracted are as follows:

I understand that the Contractor’s failure to utilize certified MBE(s) for the percent indicated can be considered a breach of contract and may result in termination of the contract and finding the Contractor in default.

Signed: _____________________________________________________________

Title: ____________________________________________________________

Date: ________________

THIS FORM MUST BE EXECUTED AND RETURNED IN THE COST PROPOSAL PACKAGE TO RECEIVE PREFERENCE POINTS FOR MBE

UTILIZATION.

-----------------------

[pic]

[pic]

[pic]

[pic]

[pic]

[pic]

[pic]

[pic]

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download