SEALED BID REQUEST FOR PROPOSAL

Similar documents
Preliminary Information on the Vermont E-Waste Collection and Recycling Program Request for Proposal (RFP)

REQUEST FOR PROPOSALS. Consulting Services for Energy Efficiency Program Evaluation Policy and Planning

Release Date: February 14, 2018 Proposals Due: February 28, 2018

Request for Proposals

SEALED BID REQUEST FOR PROPOSAL Opioid Use Harm Reduction Evaluation

SEALED BID REQUEST FOR PROPOSAL Social Security Application Assistance

Request for Proposals

Request for Proposals COMPOSTING TECHNICAL ASSISTANCE

SEALED BID REQUEST FOR PROPOSAL SOLAR EQUIPMENT

Request for Proposal (RFP) On-site Operation Services for Three. Vermont State Park Spray Irrigation Operating Seasons. Vermont State Parks

Firms Proficient in Economic Development Strategic Planning Services. Kiersten Bourgeois, Vermont Agency of Commerce and Community Development

1. Work with the Stormwater Program to ensure robust participation in the process by an inclusive range of stakeholders.

SEALED BID REQUEST FOR PROPOSAL CLERK-OF-THE-WORKS STRUCTURAL REINFORCEMENTS CENTRAL SERVICES BUILDING, MIDDLESEX, VT

Request for Statements of Qualifications and Interest Vermont Outdoor Wood-fired Boiler Change-out program (Phase 3)

SEALED BID - REBID REQUEST FOR PROPOSAL. Fluoride Equipment and Supplies

Vermont Agency of Natural Resources Department of Environmental Conservation Laboratory. Request for Proposal

REQUEST FOR PROPOSAL. UPS Maintenance

SEALED BID REQUEST FOR PROPOSAL RFP #02111 CONSULTANT FOR TRAFFIC RECORDS IMPROVEMENT FOR VERMONT GOVERNOR S HIGHWAY SAFETY PROGRAM

SECTION II - SUBRECIPIENT AWARD INFORMATION SECTION III - FUNDING ALLOCATION

SEALED BID REQUEST FOR PROPOSAL

Firms Competent to Perform the Financial Examination of Insurance Companies

One (1) hard copy and One (1) PDF Version on CD/DVD of your proposal must be submitted no later November 17, 2017 at 4:00 PM EST to:

Vermont Attic Vermiculite Sampling and Testing. Sealed bid. Request for proposal

Vermont Agency of Natural Resources Department of Environmental Conservation Laboratory Services Division. Request for Proposal

STATE OF VERMONT DEPARTMENT FOR CHILDREN AND FAMILIES. Economic Services Division

Request for Proposals

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SEALED BID REQUEST FOR PROPOSAL

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

REQUEST FOR PROPOSALS

City of Beverly Hills Beverly Hills, CA

SEALED BID REQUEST FOR PROPOSAL. Law Enforcement Liaison

Request for Bid/Proposal

Request for Proposals to conduct a Flood Hazard Mitigation Analysis for the Vermont Department of Housing and Community Development

1. BLUEPRINT FOR HEALTH QUALITY IMPROVEMENT PRACTICE FACILITATORS:

Vermont Department of Disabilities Aging and Independent Living (DAIL) Vermont Division of Vocational Rehabilitation (DVR) and Invest EAP (EAP)

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

New Mexico Bidder s Number

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

REQUEST FOR PROPOSALS. Ecosystem Restoration and Protection Services

COUNTY OF COLE JEFFERSON CITY, MISSOURI

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

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

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

AGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR

REQUEST FOR PROPOSALS FOR INSURANCE CONSUL TANT SERVICES HUMAN RESOURCES

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

ANNEX A Standard Special Conditions For The Salvation Army

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

PREQUALIFICATION PACKAGE FOR

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

Request for Quotes (RFQ) For Graphic design services

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

FOR. Project Management Staff Augmentation for the Health Services Enterprise Portfolio of Projects

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR SERVICES FOR CDBG PROGRAM

SEALED BID REQUEST FOR PROPOSAL

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS. REGARDING: IFB Title: Courthouse Signage IFB No

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

BNSF LOGISTICS TRANSLOADING AND CROSS-DOCKING PROVIDER TERMS AND CONDITIONS

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

MELBA SCHOOL DISTRICT

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR QUALIFICATIONS (RFQ) for ENGINEERING SERVICES FOR HVAC AND RELATED DESIGN

SEALED BID REQUEST FOR PROPOSAL STATEWIDE SECURITY SERVICES (REBID)

NAPA SANITATION DISTRICT Napa, California

West Ridge Park Ballfield Light Pole Structural Assessment

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

Attachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

Transcription:

State of Vermont Department of Forests, Parks and Recreation 1 National Life Drive, Davis 2 Montpelier, VT 05620-3801 www.vtfpr.org SEALED BID REQUEST FOR PROPOSAL Agency of Natural Resources Construction Project Management Consulting Services ISSUE DATE: OPTIONAL BIDDERS CONFERENCE: QUESTIONS DUE BY: ANSWERS POSTED BY: RFP RESPONSES DUE BY: October 27, 2017 NONE Monday, November 6, 2017, 3:30 PM Wednesday, November 8 by 3:30 PM Wednesday, November 15, 2017 3:30 PM (Local Time) RFP RESPONSES MUST BE RECEIVED BY: Frank Spaulding, Parks Projects Coordinator Vermont Department of Forests, Parks and Recreation, 1 National Life Drive, Davis 2, Montpelier, Vermont, 05452 PLEASE BE ADVISED THAT ALL NOTIFICATIONS, RELEASES, AND AMENDMENTS ASSOCIATED WITH THIS RFP WILL BE POSTED AT: http://www.vermontbidsystem.com/ THE STATE WILL MAKE NO ATTEMPT TO CONTACT INTERESTED PARTIES WITH UPDATED INFORMATION. IT IS THE RESPONSIBILITY OF EACH BIDDER TO PERIODICALLY CHECK THE ABOVE WEBPAGE FOR ANY AND ALL NOTIFICATIONS, RELEASES AND AMENDMENTS ASSOCIATED WITH THIS RFP. STATE CONTACT: Frank Spaulding, Parks Projects Coordinator TELEPHONE: (802) 522-0798 E-MAIL: frank.spaulding@vermont.gov FAX: NONE 1

1. OVERVIEW: 1.1. INTRODUCTION: Through this Request for Proposal (RFP) The Department of Forests, Parks, and Recreation (FPR) is seeking to contract with consulting firms to provide either the full breadth or a specific portion of construction management services on a variety of construction and renovation projects within the Vermont State Park system. It is critical that project execution take place quickly while maintaining strict compliance with appropriate standards, regulations, laws, and other requirements. 1.2. The State shall enter into multiple blanket agreements with selected contractor(s) from which individual projects or tasks will be assigned. Work is expected to begin immediately upon contract execution and assignment of subsequent work purchase order. 1.3. BACKGROUND: The Vermont Department of Forests, Parks and Recreation public lands and facilities for the benefit of the public through conservation of Natural and Cultural resources and the promotion and active management of Forest Resources, dispersed recreation and over 55 developed State Park Campgrounds and Recreation Areas. Each offering, or operating in support of, high-quality opportunities for outdoor recreation, education and management of State Lands. FPR operates and maintains a large and complex system of both historical and modern facilities that are enjoyed by nearly a million visitors every year. Most systems and structures were constructed between the 1930 s through the 1960 s. Since 2010, FPR with the support of the Vermont General Assembly has executed smaller scale construction and infrastructure rehabilitation, promoting economic stimulus and job creation throughout the Vermont construction industry. This highly successful program continues to be supported. The emphasis of the program remains to aggressively spread funding across the State to small contractors, with projects awarded following forms of competitive process which will vary according to the size and complexity of the individual project. Construction projects typically include building envelope and interior renovations, historic structure work, concrete and masonry, roofing, electrical, plumbing and heating, energy efficiency work, alternative energy projects, waterworks improvements, wastewater improvements, and road and site work, for example. The projects usually include some design and permitting work, as well as bid process work, and construction oversight. To execute a significant portion of civil design FPR employs the services of the Department of Environmental Conservation Facilities Engineering Division (FED) This small group of Professional Engineers and technicians provide high quality design services and Project Management on a variety of FPR and Fish and Wildlife projects. This in-house design group has significant system knowledge which makes them an extremely valuable resource for certain projects. However, with the recent increase in capital funds and a limit on capacity FPR in cooperation with FED is seeking to provide supplemental support to their work as well While FPR staff has considerable expertise in construction project management, and will be involved to various degrees, the increased number of projects aggressive timelines and the need to maintain a very high quality of final product necessitates supplemental support in many areas of Project Management and execution. 1.4. CONTRACT PERIOD: The initial Contract arising from this RFP will be for an anticipated period of 24 months. The State anticipates the start date will be December 31, 2017. Upon mutual agreement of both parties and prior establishment of pricing, the State may elect to extend terms for up to two (2) additional 12-Month periods 1.5. SINGLE POINT OF CONTACT: All communications concerning this RFP are to be addressed in writing to the State Contact listed on the front page of this RFP. Actual or attempted contact with any other individual from the State concerning this RFP is strictly prohibited and may result in disqualification. 1.6. BIDDERS CONFERENCE: None 1.7. QUESTION AND ANSWER PERIOD: Any bidder requiring clarification of any section of this RFP or wishing to comment or take exception to any requirements of the RFP must submit specific questions in writing no later than the deadline for question indicated on the first page of this RFP. Questions may be e- mailed to the point of contact on the front page of this RFP. Any comments, questions, or exceptions not raised in writing on or before the last day of the question period are waived. At the close of the question

period a copy of all questions or comments and the State's responses will be posted on the State s web site as shown on the front page of this RFP. 2. DETAILED REQUIREMENTS/DESIRED OUTCOMES/SCOPE OF SERVICES: 2.1. Scopes of services will vary by project. FPR is looking for coverage in the following areas. Your proposal should address your ability to provide each of these services with emphasis on specialties within your firm. 2.2. Responding firms should provide a concise list of the services which are proposed to be provided accompanied by the names and qualifications of the individuals in the firm who will provide that service. 2.3. A responding firm need not provide all services within the scope. 2.4. Scope of services includes the provisions of ATTACHMENT C: STANDARD STATE PROVISIONS FOR CONTRACTS AND GRANTS. 2.5. Scope of services which include licensed design work shall include the provisions of ATTACHMENT D: STANDARD STATE PROVISIONS, ARCHITECT/ENGINEER PROFESSIONAL SERVICE AGREEMENT 2.6. Project Management 2.6.1. Develop and articulate project specifications in consultation with FPR staff, engineering, architectural, regulatory, and/or historic/cultural resource consultants. 2.6.2. Identify and secure necessary approvals and permits for projects from state and local regulatory programs. 2.7. In-house Small-Scale Design services 2.7.1. Provide small scale (building and utility component level) design for architecture and engineering. 2.7.2. Designers must be licensed in the State of Vermont 2.8. Bidding 2.8.1. Conduct the bidding process according to appropriate state standards: Including but not limited to distributing invitations, answering questions, conducting job showings, issuing addenda, and making recommendations for contract awards. 2.8.2. Bidding for Small scale construction work may involve the use of State retainer contracts 2.9. Contract Drafting and Contract Execution or Retainer Contract Purchase Order (PO) oversite 2.9.1. Facilitate contract (PO) approvals through necessary administrative steps and prepare record files for contracts. 2.9.2. Including but not limited to for FPR executed contracts 2.9.2.1. Contract drafting using standard state format 2.9.2.2. Securing needed paperwork from contractor which meets state requirements 2.9.2.3. Completing state internal standard routing forms securing needed information from appropriate state staff 2.9.2.4. Executing required edits to all of the above to a standard which is acceptable to the FPR Financial Administration office 2.10. Construction oversite Clerk of the Works 2.10.1.Provide typical Clerk of the work services 2.10.2.Monitor and oversee the construction process approving work progress, recommending invoice payment, recommending change orders, verifying project completion, and ensuring delivery of accurate as-built information for file. 2.11. Conflict of Interest and guarantee of work 2.11.1.Design work under any resulting contract shall be limited in nature and is not intended to replace full service A&E agreements for large scale projects. 2.11.2.This is not intended to be a design/build or General contractor Project Management, All construction work shall be competitively priced and contracted separately by the State.

2.11.3.Companies conducting specific project management or design services shall be excluded from bidding on that specific construction work to be performed by an employee, branch, partnership, etc of the company. 2.11.3.1. This does not exclude the company from bidding on other unrelated state work 2.11.4.Companies conducting project management with a with a close relationship with a bidding construction vendor which would appear as a conflict of interest (family member, co-located etc) shall be excluded from involvement in the construction bid process and may be removed from oversight of the construction. 2.11.4.1. This does not exclude the company from involvement on other unrelated state work 2.11.5.Services shall be provided on an as needed basis, when requested by the State. Nothing in any resulting agreement guarantees that the State shall seek the services of the Contractor or that the State shall seek the maximum amount of from the Contractor. 2.11.6.Due to the intermittent nature for work beyond the capacity of what can be performed by State employees. The resulting contract will not provide the contractor exclusive right to this work. The State may execute more than one contract for this service or include the scope of work described herein within the scope of other contracts. 2.12. PERFORMANCE STANDARDS AND INCENTIVE 2.12.1.The eventual contract(s) will include a schedule of rates for all services included in that specific contract agreement. 2.12.2.State staff will select a contracted firm for a specific project based on the best interest of the State as determined by skill alignment, proximity, capacity to perform, price and past performance. 2.12.3.For some projects, State Staff may invite proposals from multiple contracted firms who provide similar services. At which time criteria for project assignment will be detailed in the request. In such a case the State shall endeavor to minimize the administrative burden on the firms. 2.12.4.Specific performance goals for each project shall be confirmed in a written work purchase order committing the consultant and the State to the following: 2.12.4.1. Scope of work 2.12.4.2. Specific outcome, or product required 2.12.4.3. Timeline to execute the work 2.12.4.4. Not to exceed fee based on pricing in the fee schedule or A lump sum payment for the project task 2.12.4.5. Contractor s performance against the timing and value of the work purchase order shall be tracked for each project and the ability of the contractor to meet agreed upon deadlines and budget shall be used to determine the appropriateness of assigning future work. 2.12.4.6. Changes to the work purchase order shall detail the reason for the change 2.12.4.7. Additionally, the contractor may propose incentives for discounts using criteria which could include but not be limited to rebates based on volume of completed work. 2.13. DELIVERABLES 2.13.1. Will be detailed for each specific project and could include but be limited to plans, drawings, permit applications, draft documents, reports, minutes, appearance at meetings, etc 3. GENERAL REQUIREMENTS: 3.1. PRICING: Bidders must price the terms of this solicitation at their best pricing. Any and all costs that Bidder wishes the State to consider must be submitted for consideration. 3.2. Prices and/or rates shall remain firm for the initial term of the contract. The pricing policy submitted by Bidder must (i) be clearly structured, accountable, and auditable and (ii) cover the full spectrum of materials and/or services required. 3.3. Cooperative Agreements. Bidders that have been awarded similar contracts through a competitive bidding

process with another state and/or cooperative are welcome to submit the pricing in response to this solicitation. 3.4. Retainage. In the discretion of the State, a contract resulting from this RFP may provide that the State withhold a percentage of the total amount payable for some or all deliverables, such retainage to be payable upon satisfactory completion and State acceptance in accordance with the terms and conditions of the contract. Retainage shall be as detailed in the RFP. 4. EVALUATION OF RESPONSES AND SELECTION OF BIDDER(S): 4.1. The State shall have the authority to evaluate Responses and select the Bidder(s) as may be determined to be in the best interest of the State and consistent with the goals and performance requirements outlined in this RFP. 4.2. FPR may select a shortened list of consultants to interview (by phone or in person). 5. WORKER CLASSIFICATION COMPLIANCE REQUIREMENTS: Does Not Apply 6. EXECUTIVE ORDER 05-16: CLIMATE CHANGE CONSIDERATIONS IN STATE PROCUREMENTS: 6.1.1. For bid amounts exceeding $25,000.00 Bidders are requested to complete the Climate Change Considerations in State Procurements Certification, which is included in the Certificate of Compliance for this RFP. 6.1.2. After consideration of all relevant factors, a bidder that demonstrates business practices that promote clean energy and address climate change as identified in the Certification, shall be given favorable consideration in the competitive bidding process. Such favorable consideration shall be consistent with and not supersede any preference given to resident bidders of the State and/or products raised or manufactured in the State, as explained in the Method of Award section. But, such favorable consideration shall not be employed if prohibited by law or other relevant authority or agreement. 7. METHOD OF AWARD: Awards will be made in the best interest of the State. The State may award one or more contracts and reserves the right to make additional awards to other compliant bidders at any time if such award is deemed to be in the best interest of the State. All other considerations being equal, preference will be given first to resident bidders of the state and/or to products raised or manufactured in the state, and then to bidders who have practices that promote clean energy and address climate change, as identified in the applicable Certificate of Compliance. 7.1. The selection of the consultant(s) for contract shall be based on evaluation criteria which will include: 7.1.1. Expertise and experience in the proposed scope of services including but not limited to construction management, planning, scoping, and small-scale engineering for typical infrastructure improvement projects similar to those executed by FPR State Parks. 7.1.2. Need of those proposed services by FPR 7.1.3. Strength of consulting team to conduct the work. Based on individual resumes and or combination of individuals in the firm. 7.1.4. Availability and ability of team members to respond to individual work requests and meet aggressive timelines. 7.1.5. Experience of consulting team in conducting work in State Parks or other similar settings. 7.1.6. Approach to the FPR consultant relationship and work execution. 7.1.7. Fee structure (scored separately after evaluation of other criteria). 8. STATEMENT OF RIGHTS: The State of Vermont reserves the right to obtain clarification or additional information necessary to properly evaluate a proposal. Vendors may be asked to give a verbal presentation of their proposal after submission. Failure of vendor to respond to a request for additional information or clarification could result in rejection of that vendor's proposal. To secure a project that is deemed to be in the best interest of the State, the State reserves the right to accept or reject any and all bids, in whole or in part, with or without cause, and to waive technicalities in submissions. The State also reserves the right to make purchases outside of the awarded contracts where it is deemed in the best interest of the State. 9. CONTRACT TERMS: The selected bidder(s) will be expected to sign a contract with the State, including the Standard Contract Form and Attachment C and Attachment D as attached to this RFP for reference. The

contract will obligate the bidder to provide the services and/or products identified in its bid, at the prices listed. 10. PAYMENT TERMS: All invoices are to be rendered by the Contractor on the vendor's standard billhead and forwarded directly to the institution or agency ordering materials or services and shall specify the address to which payments will be sent. Payment terms are Net 30 days from receipt of an error-free invoice with all applicable supporting documentation. Percentage discounts may be offered for prompt payments of invoices; however, such discounts must be in effect for a period of 30 days or more in order to be considered in making awards. 11. CONTENT AND FORMAT OF RESPONSES: The content and format requirements listed below are the minimum requirements for State evaluation. These requirements are not intended to limit the content of a Bidder s proposal. Bidders may include additional information or offer alternative solutions for the State s consideration. However, the State discourages overly lengthy and costly proposals, and Bidders are advised to include only such information in their response as may be relevant to the requirements of this RFP. 12. CONFIDENTIALITY. To the extent your bid contains information you consider to be proprietary and confidential, you must comply with the following requirements concerning the contents of your cover letter and the submission of a redacted copy of your bid (or affected portions thereof). 12.1. The successful response will become part of the contract file and will become a matter of public record, as will all other responses received. If the response includes material that is considered by the bidder to be proprietary and confidential under the State s Public Records Act, 1 V.S.A. 315 et seq., the bidder shall submit a cover letter that clearly identifies each page or section of the response that it believes is proprietary and confidential. The bidder shall also provide in their cover letter a written explanation for each marked section explaining why such material should be considered exempt from public disclosure in the event of a public records request, pursuant to 1 V.S.A. 317(c), including the prospective harm to the competitive position of the bidder if the identified material were to be released. Additionally, the bidder must include a redacted copy of its response for portions that are considered proprietary and confidential. Redactions must be limited so that the reviewer may understand the nature of the information being withheld. It is typically inappropriate to redact entire pages, or to redact the titles/captions of tables and figures. Under no circumstances can the entire response be marked confidential, and the State reserves the right to disqualify responses so marked. 13. EXCEPTIONS TO TERMS AND CONDITIONS. If the bidder wishes to propose an exception to any terms and conditions set forth in this RFP, including the Standard State Provisions for Contracts and Grants, such exceptions must be included in the cover letter to the RFP response. Failure to note exceptions when responding to the RFP will be deemed to be acceptance of the State terms and conditions. If exceptions are not noted in the response to this RFP but raised during contract negotiations, the State reserves the right to cancel the negotiation if deemed to be in the best interests of the State. 14. NUMBER OF COPIES: 14.1.1. Submit an unbound original double-sided, on pages no larger than 11 x17 (clearly marked as such) and two (2) paper copies and one digital copy in PDF, CD-ROM, or USB flash drive copy. 14.1.2. The package should include a cost proposal and qualification proposal as detailed below 15. COST PROPOSAL 15.1. Submit Project Proposal and Qualifications in a separate opaque, sealed envelope labeled COST PROPOSAL Project Management and the name of design team 15.2. Submit firm s rate sheet which will apply for the initial 24 month contract period 15.2.1. Submit either a full rate sheet or maximum % increase to the initial 24 Month rate to be applied to the FIRST possible 12 Month extension (Month 25-36) 15.2.2. Submit either a full rate sheet or maximum % increase to the initial 24 Month rate to be applied to the Second possible 12 Month extension (Month 37-48) 15.3. Detail reimbursable and subconsultant costs including a % markup to be applied to invoices 15.3.1. Submit reimbursable and subconsultant costs including a % markup to be applied to invoices for the FIRST possible 12 Month extension (Month 25-36) 15.3.2. Submit reimbursable and subconsultant costs including a % markup to be applied to invoices for the Second possible 12 Month extension (Month 37-48)

16. QUALIFICATIONS PROPOSAL 16.1. Submit Project Proposal and Qualifications in a separate opaque, sealed envelope labeled QUALIFICATIONS PROPOSAL Project Management and the name of design team. 16.1.1. Responses to this RFP should consist of: 16.1.2. A cover letter expressing the firm s interest in working with FPR including an identification of the principal individuals that will provide the requested services. 16.1.3. Details to address the Criteria listed in Method of Award 16.1.4. CERTIFICATE OF COMPLIANCE: This form must be completed and submitted as part of the response for the proposal to be considered valid. 16.1.4.1. Indicate counties where bidder will work on the table within the certificate of compliance 17. SUBMISSION INSTRUCTIONS: 17.1. CLOSING DATE: Bids must be received by the due date and at the location specified on the front page of this RFP. 17.1.1. The bid opening will be held at the bid receipt location specified on the front page of this RFP and is open to the public. 17.2. SECURITY PROCEDURES: Please be advised Security measures at many state buildings will require the presentation of a valid government issued photo ID. Allow 15-30 minutes of time to pass through security. 17.3. SEALED BID INSTRUCTIONS: All bids must be sealed and must be addressed to the receiving address specified on the front page of this RFP. BID ENVELOPES MUST BE CLEARLY MARKED SEALED BID AND SHOW THE REQUISITION NUMBER AND/OR PROPOSAL TITLE, OPENING DATE AND NAME OF BIDDER. 17.4. All bidders are hereby notified that sealed bids must be received by the receiving address specified on the front page of this RFP - by the time of the bid opening. Bids not in possession by the State at the time of the bid opening will be returned to the vendor, and will not be considered. Any delay deemed caused by Building Security Procedures will be at the bidder s own risk. 17.5. The State may, for cause, change the date and/or time of bid openings or issue an addendum. If a change is made, the State will make a reasonable effort to inform all bidders by posting at the website indicated on the front page of this RFP. 17.6. All bids will be publicly opened. Typically, the State will open the bid, read the name and address of the bidder, and read the bid amount. However, the State reserves the right to limit the information disclosed at the bid opening to the name and address of the bidder when, in its sole discretion, the State determines that the nature, type, or size of the bid is such that the State cannot immediately (at the opening) determine that the bids are in compliance with the RFP. As such, there will be cases in which the bid amount will not be read at the bid opening. Bid openings are open to members of the public. Bid results are a public record however, the bid results are exempt from disclosure to the public until the award has been made and the contract is executed. 18. DELIVERY METHODS: 18.1. U.S. MAIL: Bidders are cautioned that it is their responsibility to originate the mailing of bids in sufficient time to ensure bids are received prior to the time of the bid opening. 18.2. EXPRESS DELIVERY: If bids are being sent via an express delivery service, be certain that the RFP designation is clearly shown on the outside of the delivery envelope or box. Express delivery packages will not be considered received by the State until the express delivery package has been received and time stamped by a state employee at the receiving address on the front page of this RFP. 18.3. HAND DELIVERY: Hand carried bids shall be delivered to a representative at the receiving address

on the front page of this RFP prior to the bid opening. Security measures at many state buildings will require the presentation of government issued ID. Allow 15-30 minutes of time to pass through security. 18.4. ELECTRONIC: Electronic bids will not be accepted. 18.5. FAX BIDS: Faxed bids will not be accepted. 19. ATTACHMENTS: 19.1. SAMPLE Standard State Contract Form with SAMPLE Attachment B 19.2. Attachment C: Standard State Contract Provisions (July 1, 2016) 19.3. Attachment D: Standard State Provisions, Architect/Engineer Professional Service Agreement 19.4. Certificate of Compliance

Vermont Department of Forests, Parks & Recreation SFA - STANDARD CONTRACT Agency of Natural Resources 1. Parties: This is a contract for personal services between the State of Vermont, Department of Forests, Parks & Recreation (hereinafter called State ), and Contractor Name with principal place of business at Contractor Address (hereafter called Contractor). Contractor s form of business organization is a Form of Business from W-9 (LLC, Corporation, Sole Proprietor, etc). It is the Contractor s responsibility to contact the Vermont Department of Taxes to determine if, by law, the Contractor is required to have a Vermont Department of Taxes Business Account Number. Contractor certifies under the pains and penalties of perjury that, as of the date that this agreement is signed, the contractor is in good standing with respect to, or in full compliance with, a plan to pay any and all taxes due the State of Vermont. 2. Subject Matter: The subject matter of this contract is Professional Design services generally on the subject of PROJECT DESCRIPTION AND LOCATION. Detailed services to be provided by the contractor are described in Attachment A. 3. Maximum Amount: In consideration of the services to be performed by Contractor, the State agrees to pay Contractor, in accordance with the payment provisions specified in Attachment B, a sum not to exceed $ Maximum Limiting Amount. 4. Contract Term: Shall begin on Date and end on Date. Upon mutual agreement of both, the State may elect to extend terms for up to two (2) additional 12-Month periods 5. Prior Approvals: If approval by the Attorney General s Office or the Secretary of Administration is required, (under current law, bulletins, and interpretations), neither this contract nor any amendment to it is binding until it has been approved by either or both such persons. - Approval by the Attorney General s Office is/is not required. - Approval by the Secretary of Administration is/is not required. - Approval by the CIO/Commissioner DII is not required. 6. Amendment: No changes, modifications, or amendments in the terms and conditions of this contract shall be effective unless reduced to writing, numbered and signed by the duly authorized representative of the State and Contractor. 7. Cancellation: This contract may be canceled by either party by giving written notice at least 7 days in advance. 8. Attachments: This contract consists of # pages including the following attachments which are incorporated herein: Attachment A Specifications of Work to be Performed Attachment B Payment Provisions & Budget Attachment C Standard Contract Provisions for Contracts and Grants Attachment D Standard State Provisions, Architect/Engineer Professional Service Agreement Attachment E F G As needed SAMPLE 11

9. Order of Precedence: Any ambiguity, conflict or inconsistency in the Contract Documents shall be resolved according to the following order of precedence: (1) Standard Contract (2) Attachment C - Standard Contract Provisions for Contracts and Grants (3) Attachment D Standard State Provisions, Architect/Engineer Professional Service Agreement (4) Attachment A (5) List other attachments in order of precedence (6) Attachment B WE, THE UNDERSIGNED PARTIES, AGREE TO BE BOUND BY THIS CONTRACT. STATE OF VERMONT CONTRACTOR By: By: Michael C. Snyder, Commissioner Department of Forests, Parks & Recreation Date: Name: (Print) Title: Date: SAMPLE 12

ATTACHMENT A SPECIFICATIONS OF WORK TO BE PERFORMED The Contractor agrees to complete the project described below in accordance with specifications and conditions set forth herein, 1. Project Location: ADDRESS, Vermont. 2. Project Description: Contractor to provide PROJECT DESCRIPTION AND LOCATION, and in accordance with this Attachment A, Attachments B, C, D and (cont.), and as specified by the Department of Forests, Parks and Recreation. 3. The work on the project shall be completed by Date. DETAILED SCOPE OF WORK WILL BE INCORPORATED HERE ALL TECHNICAL SPECIFICATIONS, DRAWINGS, SPECIAL CONDITIONS SHALL BE INCORPORATED WITH ATTACHMENT A. ANY DOCUMENT REFERENCED MUST BE INCORPORATED OR REFERENCED IF A PUBLISHED DOCUMENT (IE. NATIONAL ELECTRIC CODE, SEDIMENT CONTROL HANDBOOK, VTRANS SPECIFICATIONS ETC) DO NOT INCLUDE BID LANGUAGE, ADDENDA, ETC. THE LANGUAGE SHOULD REFLECT THE FINAL AGREED UPON SCOPE. PHASING, BENCHMARKS, MILESTONES, DELIVERABLES, UNITS ETC IF DETAILED SHOULD ALIGN WITH THE PAYMENT TERMS IF PAYMENT WILL BE MADE BASED ON PHASING, BENCHMARKS, MILESTONES, DELIVERABLES, UNITS ETC. ALL PAYMENT AND FINANCIAL DETAILS SHOULD APPEAR ONLY IN ATTACHMENT B. Counties Where Contractor Shall Provide Service Addison Bennington Caledonia Chittenden Essex Franklin Grand Isle Lamoille Orange Orleans Rutland Washington Windham Windsor SAMPLE 13

ATTACHMENT B PAYMENT PROVISIONS & BUDGET The State shall pay contractor as follows: 1. Upon completion and acceptance of the work by the state the Contractor shall submit invoices no more frequently than once per month, detailing the work performed and charges in accordance with the following rate schedule. 2. Description Unit Rate Reimbursables Cost Invoice plus % 3. If the work described in any invoice as provided by the contractor, has not been completed to the satisfaction of the State, as determined by the project manager, the State reserves the right to withhold payment until the invoiced work has been satisfactorily completed. Overdue balances resulting from non-payment for unsatisfactory work will not be subject to interest or finance charges. 4. The State shall not be responsible for any other expenses of the Contractor. 5. Invoice Submission: The Contractor shall submit all invoices by e-mail to the accounts payable office: anr.fpragreements@vermont.gov copying the State s Project Manager: Name, e-mail Invoices shall be addressed to: Vermont Department of Forests, Parks and Recreation Accounts Payable 1 National Life Drive, Davis 2 Montpelier, VT 05620-03801 In the event that the Contractor cannot submit invoices by e-mail invoices shall be mailed to the above address. 6. Payment Terms for this contract will be net 30 from date of invoice in accordance with State of Vermont Finance and Management Policy #5.0 Dated June 2008. 7. Upon mutual agreement of both parties, the State may elect to extend terms for up to two (2) additional 12-Month periods The rate pricing considerations for option years 1 and 2 are as 14

follows: a. Optional Year 1 pricing INSERT PRICING OPTIONS b. Optional Year 2 pricing INSERT PRICING OPTIONS SAMPLE 15

ATTACHMENT C: STANDARD STATE PROVISIONS FOR CONTRACTS AND GRANTS REVISED JULY 1, 2016 1. Definitions: For purposes of this Attachment, Party shall mean the Contractor, Grantee or Subrecipient, with whom the State of Vermont is executing this Agreement and consistent with the form of the Agreement. Agreement shall mean the specific contract or grant to which this form is attached. 2. Entire Agreement: This Agreement, whether in the form of a Contract, State Funded Grant, or Federally Funded Grant, represents the entire agreement between the parties on the subject matter. All prior agreements, representations, statements, negotiations, and understandings shall have no effect. 3. Governing Law, Jurisdiction and Venue; No Waiver of Jury Trial: This Agreement will be governed by the laws of the State of Vermont. Any action or proceeding brought by either the State or the Party in connection with this Agreement shall be brought and enforced in the Superior Court of the State of Vermont, Civil Division, Washington Unit. The Party irrevocably submits to the jurisdiction of this court for any action or proceeding regarding this Agreement. The Party agrees that it must first exhaust any applicable administrative remedies with respect to any cause of action that it may have against the State with regard to its performance under the Agreement. Party agrees that the State shall not be required to submit to binding arbitration or waive its right to a jury trial. 4. Sovereign Immunity: The State reserves all immunities, defenses, rights or actions arising out of the State s sovereign status or under the Eleventh Amendment to the United States Constitution. No waiver of the State s immunities, defenses, rights or actions shall be implied or otherwise deemed to exist by reason of the State s entry into this Agreement. 5. No Employee Benefits For Party: The Party understands that the State will not provide any individual retirement benefits, group life insurance, group health and dental insurance, vacation or sick leave, workers compensation or other benefits or services available to State employees, nor will the state withhold any state or federal taxes except as required under applicable tax laws, which shall be determined in advance of execution of the Agreement. The Party understands that all tax returns required by the Internal Revenue Code and the State of Vermont, including but not limited to income, withholding, sales and use, and rooms and meals, must be filed by the Party, and information as to Agreement income will be provided by the State of Vermont to the Internal Revenue Service and the Vermont Department of Taxes. 6. Independence: The Party will act in an independent capacity and not as officers or employees of the State. 7. Defense and Indemnity: The Party shall defend the State and its officers and employees against all third party claims or suits arising in whole or in part from any act or omission of the Party or of any agent of the Party in connection with the performance of this Agreement. The State shall notify the 16

Party in the event of any such claim or suit, and the Party shall immediately retain counsel and otherwise provide a complete defense against the entire claim or suit. The State retains the right to participate at its own expense in the defense of any claim. The State shall have the right to approve all proposed settlements of such claims or suits. In the event the State withholds approval to settle any such claim, then the Party shall proceed with the defense of the claim but under those circumstances, the Party s indemnification obligations shall be limited to the amount of the proposed settlement initially rejected by the State. After a final judgment or settlement the Party may request recoupment of specific defense costs and may file suit in Washington Superior Court requesting recoupment. The Party shall be entitled to recoup costs only upon a showing that such costs were entirely unrelated to the defense of any claim arising from an act or omission of the Party in connection with the performance of this Agreement. The Party shall indemnify the State and its officers and employees in the event that the State, its officers or employees become legally obligated to pay any damages or losses arising from any act or omission of the Party or an agent of the Party in connection with the performance of this Agreement. The Party agrees that in no event shall the terms of this Agreement nor any document required by the Party in connection with its performance under this Agreement obligate the State to defend or indemnify the Party or otherwise be liable for the expenses or reimbursement, including attorneys fees, collection costs or other costs of the Party except to the extent awarded by a court of competent jurisdiction. 8. Insurance: Before commencing work on this Agreement the Party must provide certificates of insurance to show that the following minimum coverages are in effect. It is the responsibility of the Party to maintain current certificates of insurance on file with the State through the term of the Agreement. No warranty is made that the coverages and limits listed herein are adequate to cover and protect the interests of the Party for the Party s operations. These are solely minimums that have been established to protect the interests of the State. Workers Compensation: With respect to all operations performed, the Party shall carry workers compensation insurance in accordance with the laws of the State of Vermont. Vermont will accept an out-of-state employer's workers compensation coverage while operating in Vermont provided that the insurance carrier is licensed to write insurance in Vermont and an amendatory endorsement is added to the policy adding Vermont for coverage purposes. Otherwise, the party shall secure a Vermont workers compensation policy, if necessary to comply with Vermont law. General Liability and Property Damage: With respect to all operations performed under this Agreement, the Party shall carry general liability insurance having all major divisions of coverage including, but not limited to: Premises - Operations Products and Completed Operations Personal Injury Liability Contractual Liability The policy shall be on an occurrence form and limits shall not be less than: 17

$1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products/Completed Operations Aggregate $1,000,000 Personal & Advertising Injury Automotive Liability: The Party shall carry automotive liability insurance covering all motor vehicles, including hired and non-owned coverage, used in connection with the Agreement. Limits of coverage shall not be less than $500,000 combined single limit. If performance of this Agreement involves construction, or the transport of persons or hazardous materials, limits of coverage shall not be less than $1,000,000 combined single limit. Additional Insured: The General Liability and Property Damage coverages required for performance of this Agreement shall include the State of Vermont and its agencies, departments, officers and employees as Additional Insureds. If performance of this Agreement involves construction, or the transport of persons or hazardous materials, then the required Automotive Liability coverage shall include the State of Vermont and its agencies, departments, officers and employees as Additional Insureds. Coverage shall be primary and non-contributory with any other insurance and selfinsurance. Notice of Cancellation or Change: There shall be no cancellation, change, potential exhaustion of aggregate limits or non-renewal of insurance coverage(s) without thirty (30) days written prior written notice to the State. 9. Reliance by the State on Representations: All payments by the State under this Agreement will be made in reliance upon the accuracy of all representations made by the Party in accordance with the Contract, including but not limited to bills, invoices, progress reports and other proofs of work. 10. False Claims Act: The Party acknowledges that it is subject to the Vermont False Claims Act as set forth in 32 V.S.A. 630 et seq. If the Party violates the Vermont False Claims Act it shall be liable to the State for civil penalties, treble damages and the costs of the investigation and prosecution of such violation, including attorney s fees, except as the same may be reduced by a court of competent jurisdiction. The Party s liability to the State under the False Claims Act shall not be limited notwithstanding any agreement of the State to otherwise limit Party s liability. 11. Whistleblower Protections: The Party shall not discriminate or retaliate against one of its employees or agents for disclosing information concerning a violation of law, fraud, waste, abuse of authority or acts threatening health or safety, including but not limited to allegations concerning the False Claims Act. Further, the Party shall not require such employees or agents to forego monetary awards as a result of such disclosures, nor should they be required to report misconduct to the Party or its agents prior to reporting to any governmental entity and/or the public. 12. Federal Requirements Pertaining to Grants and Subrecipient Agreements: A. Requirement to Have a Single Audit: In the case that this Agreement is a Grant that is funded in whole or in part by federal funds, the Subrecipient will complete the Subrecipient Annual Report annually within 45 days after its fiscal year end, informing the State of Vermont 18

whether or not a Single Audit is required for the prior fiscal year. If a Single Audit is required, the Subrecipient will submit a copy of the audit report to the granting Party within 9 months. If a single audit is not required, only the Subrecipient Annual Report is required. For fiscal years ending before December 25, 2015, a Single Audit is required if the subrecipient expends $500,000 or more in federal assistance during its fiscal year and must be conducted in accordance with OMB Circular A-133. For fiscal years ending on or after December 25, 2015, a Single Audit is required if the subrecipient expends $750,000 or more in federal assistance during its fiscal year and must be conducted in accordance with 2 CFR Chapter I, Chapter II, Part 200, Subpart F. The Subrecipient Annual Report is required to be submitted within 45 days, whether or not a Single Audit is required. B. Internal Controls: In the case that this Agreement is a Grant that is funded in whole or in part by Federal funds, in accordance with 2 CFR Part II, 200.303, the Party must establish and maintain effective internal control over the Federal award to provide reasonable assurance that the Party is managing the Federal award in compliance with Federal statutes, regulations, and the terms and conditions of the award. These internal controls should be in compliance with guidance in Standards for Internal Control in the Federal Government issued by the Comptroller General of the United States and the Internal Control Integrated Framework, issued by the Committee of Sponsoring Organizations of the Treadway Commission (COSO). C. Mandatory Disclosures: In the case that this Agreement is a Grant funded in whole or in part by Federal funds, in accordance with 2CFR Part II, 200.113, Party must disclose, in a timely manner, in writing to the State, all violations of Federal criminal law involving fraud, bribery, or gratuity violations potentially affecting the Federal award. Failure to make required disclosures may result in the imposition of sanctions which may include disallowance of costs incurred, withholding of payments, termination of the Agreement, suspension/debarment, etc. 13. Records Available for Audit: The Party shall maintain all records pertaining to performance under this agreement. Records means any written or recorded information, regardless of physical form or characteristics, which is produced or acquired by the Party in the performance of this agreement. Records produced or acquired in a machine readable electronic format shall be maintained in that format. The records described shall be made available at reasonable times during the period of the Agreement and for three years thereafter or for any period required by law for inspection by any authorized representatives of the State or Federal Government. If any litigation, claim, or audit is started before the expiration of the three-year period, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved. 14. Fair Employment Practices and Americans with Disabilities Act: Party agrees to comply with the requirement of 21 V.S.A. Chapter 5, Subchapter 6, relating to fair employment practices, to the full extent applicable. Party shall also ensure, to the full extent required by the Americans with Disabilities Act of 1990, as amended, that qualified individuals with disabilities receive equitable access to the services, programs, and activities provided by the Party under this Agreement. 15. Set Off: The State may set off any sums which the Party owes the State against any sums due the Party under this Agreement; provided, however, that any set off of amounts due the State of Vermont as taxes shall be in accordance with the procedures more specifically provided hereinafter. 19

16. Taxes Due to the State: A. Party understands and acknowledges responsibility, if applicable, for compliance with State tax laws, including income tax withholding for employees performing services within the State, payment of use tax on property used within the State, corporate and/or personal income tax on income earned within the State. B. Party certifies under the pains and penalties of perjury that, as of the date the Agreement is signed, the Party is in good standing with respect to, or in full compliance with, a plan to pay any and all taxes due the State of Vermont. C. Party understands that final payment under this Agreement may be withheld if the Commissioner of Taxes determines that the Party is not in good standing with respect to or in full compliance with a plan to pay any and all taxes due to the State of Vermont. D. Party also understands the State may set off taxes (and related penalties, interest and fees) due to the State of Vermont, but only if the Party has failed to make an appeal within the time allowed by law, or an appeal has been taken and finally determined and the Party has no further legal recourse to contest the amounts due. 17. Taxation of Purchases: All State purchases must be invoiced tax free. An exemption certificate will be furnished upon request with respect to otherwise taxable items. 18. Child Support: (Only applicable if the Party is a natural person, not a corporation or partnership.) Party states that, as of the date the Agreement is signed, he/she: A. is not under any obligation to pay child support; or B. is under such an obligation and is in good standing with respect to that obligation; or C. has agreed to a payment plan with the Vermont Office of Child Support Services and is in full compliance with that plan. Party makes this statement with regard to support owed to any and all children residing in Vermont. In addition, if the Party is a resident of Vermont, Party makes this statement with regard to support owed to any and all children residing in any other state or territory of the United States. 19. Sub-Agreements: Party shall not assign, subcontract or subgrant the performance of this Agreement or any portion thereof to any other Party without the prior written approval of the State. Party shall be responsible and liable to the State for all acts or omissions of subcontractors and any other person performing work under this Agreement pursuant to an agreement with Party or any subcontractor. In the case this Agreement is a contract with a total cost in excess of $250,000, the Party shall provide to the State a list of all proposed subcontractors and subcontractors subcontractors, together with the identity of those subcontractors workers compensation insurance providers, and additional required or requested information, as applicable, in accordance with Section 32 of The Vermont Recovery and Reinvestment Act of 2009 (Act No. 54). 20

Party shall include the following provisions of this Attachment C in all subcontracts for work performed solely for the State of Vermont and subcontracts for work performed in the State of Vermont: Section 10 ( False Claims Act ); Section 11 ( Whistleblower Protections ); Section 14 ( Fair Employment Practices and Americans with Disabilities Act ); Section 16 ( Taxes Due the State ); Section 18 ( Child Support ); Section 20 ( No Gifts or Gratuities ); Section 22 ( Certification Regarding Debarment ); Section 23 ( Certification Regarding Use of State Funds ); Section 31 ( State Facilities ); and Section 32 ( Location of State Data ). 20. No Gifts or Gratuities: Party shall not give title or possession of anything of substantial value (including property, currency, travel and/or education programs) to any officer or employee of the State during the term of this Agreement. 21. Copies: Party shall use reasonable best efforts to ensure that all written reports prepared under this Agreement are printed using both sides of the paper. 22. Certification Regarding Debarment: Party certifies under pains and penalties of perjury that, as of the date that this Agreement is signed, neither Party nor Party s principals (officers, directors, owners, or partners) are presently debarred, suspended, proposed for debarment, declared ineligible or excluded from participation in federal programs, or programs supported in whole or in part by federal funds. Party further certifies under pains and penalties of perjury that, as of the date that this Agreement is signed, Party is not presently debarred, suspended, nor named on the State s debarment list at: http://bgs.vermont.gov/purchasing/debarment 23. Certification Regarding Use of State Funds: In the case that Party is an employer and this Agreement is a State Funded Grant in excess of $1,001, Party certifies that none of these State funds will be used to interfere with or restrain the exercise of Party s employee s rights with respect to unionization. 24. Conflict of Interest: Party shall fully disclose, in writing, any conflicts of interest or potential conflicts of interest. 25. Confidentiality: Party acknowledges and agrees that this Agreement and any and all information obtained by the State from the Party in connection with this Agreement are subject to the State of Vermont Access to Public Records Act, 1 V.S.A. 315 et seq. 26. Force Majeure: Neither the State nor the Party shall be liable to the other for any failure or delay of performance of any obligations under this Agreement to the extent such failure or delay shall have been wholly or principally caused by acts or events beyond its reasonable control rendering performance illegal or impossible (excluding strikes or lock-outs) ( Force Majeure ). Where Force Majeure is asserted, the nonperforming party must prove that it made all reasonable efforts to remove, eliminate or minimize such cause of delay or damages, diligently pursued performance of its obligations under this Agreement, substantially fulfilled all non-excused obligations, and timely notified the other party of the likelihood or actual occurrence of an event described in this paragraph. 21