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

Similar documents
REQUEST FOR PROPOSAL. UPS Maintenance

SEALED BID REQUEST FOR PROPOSAL. Law Enforcement Liaison

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

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

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

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

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

Request for Proposals COMPOSTING TECHNICAL ASSISTANCE

Request for Proposals

SEALED BID REQUEST FOR PROPOSAL

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

Firms Competent to Perform the Financial Examination of Insurance Companies

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

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

REQUEST FOR PROPOSAL. Vermont Homeland Security Unit Advanced Workshop for Criminal Investigators and Analysts

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

SECTION II - SUBRECIPIENT AWARD INFORMATION SECTION III - FUNDING ALLOCATION

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

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

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

SEALED BID REQUEST FOR PROPOSAL. Call Center Services

SEALED BID REQUEST FOR PROPOSAL SOLAR EQUIPMENT

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

REQUEST FOR PROPOSALS. Ecosystem Restoration and Protection Services

Request for Proposals

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

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

CONTRACT. Contract ID. Mclntvre John

SEALED BID REQUEST FOR PROPOSAL Opioid Use Harm Reduction Evaluation

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

SEALED BID REQUEST FOR PROPOSAL Social Security Application Assistance

Request for Bid/Proposal

SEALED BID REQUEST FOR PROPOSAL

SEALED BID REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

COUNTY OF COLE JEFFERSON CITY, MISSOURI

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR INSURANCE CONSUL TANT SERVICES HUMAN RESOURCES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

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:

SEALED BID REQUEST FOR PROPOSAL

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

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

SEALED BID REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

REQUEST FOR PROPOSALS

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

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

HADDON TOWNSHIP BOARD OF EDUCATION 500 RHOADS AVENUE WESTMONT, NJ REQUEST FOR PROPOSAL

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

REQUEST FOR PROPOSAL RFP #14-03

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals

PURCHASING DEPARTMENT

New Mexico Bidder s Number

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

REQUEST FOR PROPOSALS

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

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

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

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

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

PURCHASING DEPARTMENT

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

West Ridge Park Ballfield Light Pole Structural Assessment

REQUEST FOR PROPOSALS

Madera Unified School District

West Virginia Board of Risk and Insurance Management RFP#: RIM

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

CHARLESTON COUNTY PARK AND RECREATION COMMISSION

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

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

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

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

Invitation to Bid BOE. Diesel Exhaust Fluid

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

Proposal No:

City of New Rochelle New York

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

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

Planning and Energy Resources Division Request for Proposals. Market Characterization and Assessment Study

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

PROPOSAL LIQUID CALCIUM CHLORIDE

January 18, Request for Proposals. for

Quick Call for Proposals. State of Minnesota. Minnesota Department of Transportation. Quick Call for Proposals ( Quick Call )

Request for Proposals (RFP)

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA

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

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

REQUEST FOR PROPOSAL

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Transcription:

Vermont Department of Public Safety Vermont State Police Headquarters Michael Bean Contract Admissions 103 South Main Street Waterbury, VT 05671-2101 [Phone] (802) 241-5426 [Fax] (802) 241-5553 http://www.vermontbusinessregistry.com/ SEALED BID REQUEST FOR PROPOSAL RFP #02111 CONSULTANT FOR TRAFFIC RECORDS IMPROVEMENT FOR VERMONT GOVERNOR S HIGHWAY ISSUE DATE: *(31 Jan 2011) BIDDERS CONFERENCE: *(NONE PLANNED) QUESTIONS DUE BY: *(14 Feb 2011) DUE DATE and TIME: *(28 Feb 2011 3:00 pm) LOCATION OF BID OPENING: 103 South Main Street, Waterbury, VT PLEASE BE ADVISED THAT ALL NOTIFICATIONS, RELEASES, AND AMENDMENTS ASSOCIATED WITH THIS RFP WILL BE POSTED AT: http://www.vermontbusinessregistry.com/ THE STATE WILL MAKE NO ATTEMPT TO CONTACT VENDORS WITH UPDATED INFORMATION. IT IS THE RESPONSIBILITY OF EACH VENDOR TO PERIODICALLY CHECK http://www.vermontbusinessregistry.com/ FOR ANY AND ALL NOTIFICATIONS, RELEASES AND AMENDMENTS ASSOCIATED WITH THE RFP. PURCHASING AGENT: Michael Bean TELEPHONE: (802) 241-5426; FAX: (802) 241-5553 E-MAIL: mbean@dps.state.vt.us

TABLE OF CONTENTS 1 OVERVIEW... 1 1.1 INTRODUCTION... 1 2 SCOPE OF SERVICES... 2 2.1 SCOPE AND BACKGROUND... 2 2.2 GENERAL SCOPE OF SERVICES... 2 2.3 SCOPE OF WORK... 2 3 DELIVERABLES AND TIMETABLES... 3 3.1 REQUIREMENTS... 3 3.2 DELIVERABLES... 4 3.3 TIMETABLE... 4 3.4 SELECTION PROCESS... 5 3.5 STAKEHOLDERS*... 6 3.6 MILESTONES... 6 3.7 PREFORMANCE MEASURES... 6 4 GENERAL REQUIREMENTS... 7 4.1 PRICING... 7 4.2 DELIVERABLES... 7 4.3 WORKER S COMPENSATION; STATE CONTRACTS COMPLIANCE REQUIREMENT... 7 4.3.1 METHOD OF ORDERING... 8 4.3.2 INVOICING... 8 4.3.3 PERFORMANCE STANDARDS: OPERATIONAL PERFORMANCE STANDARDS AND GUARANTEES... 8 4.3.4 PERFORMANCE MEASURES... 9 4.3.5 CANCELLATION... 9 4.3.6 METHOD OF AWARD... 9 4.3.7 EVALUATION CRITERIA... 9 4.3.8 INDEPENDENT REVIEW... 10 4.4 CONFIDENTIALITY... 10 4.4.1 CONTRACT TERMS... 10 4.4.2 STATEMENT OF RIGHTS... 11 4.4.3 TAXES... 12 4.4.4 ORDER OF PRECEDENCE... 12 4.4.5 SPECIFICATION CHANGE... 12 4.4.6 AMENDMENTS... 12 4.4.7 NON COLLUSION... 12 4.5 VENDOR RESPONSE CONTENT AND FORMAT... 12 4.5.1 NUMBER OF COPIES... 13 4.5.2 BACKGROUND AND EXPERIENCE... 13 4.5.3 REFERENCES... 13 4.5.4 REPORTING REQUIREMENTS... 13 4.5.5 PRICING... 13 i

4.5.6 CERTIFICATE OF COMPLIANCE... 13 4.5.7 WORKERS COMPENSATION; STATE CONTRACTS COMPLIANCE REQUIREMENT; SELF REPORTING... 13 4.5.8 WORKERS COMPENSATION; STATE CONTRACTS COMPLIANCE REQUIREMENT; SUBCONTRACTOR REPORTING... 14 4.5.9 OFFSHORE OUTSOURCING QUESTIONNAIRE... 14 4.5.10 SUBMISSION INSTRUCTIONS... 14 4.5.10.1 CLOSING DATE... 14 4.5.11 SEALED BID INSTRUCTIONS... 14 4.5.12 DELIVERY METHODS... 15 4.5.12.1 U.S. MAIL... 15 4.5.12.2 EXPRESS DELIVER... 15 4.5.12.3 HAND DELIVERY... 15 4.5.12.4 ELECTRONIC... 15 4.5.12.5 FAX BIDS... 15 4.5.12.6 RENEWAL OF CONTRACT... 15 4.5.13 ATTACHMENTS... 16 TABLE OF TABLES TABLE 2.3-1. TRAFFIC RECORDS IMPROVEMENT TIMETABLE... 5 ATTACHMENTS Attachment C: Standard State Contract Provisions (January 10, 2011) Attachment D: Attachment E: Certificate of Compliance Price Schedule Attachment Fa: Workers Compensation; State Contracts Compliance Requirement; Self Reporting Attachment Fb: Workers Compensation; State Contracts Compliance Requirement; Subcontractor Reporting Attachment G: Attachment H: Offshore Outsourcing Questionnaire Stakeholders ii

1 OVERVIEW The purpose of this request for proposal (RFP) is to enter into a contract with a third party consultant to aid in the fact finding, planning, and implementation of a Statewide Traffic Records Strategic Improvement Plan as well as assist in the federal grant process. 1.1 INTRODUCTION In recent years, public safety practitioners throughout Vermont have made significant progress toward improving highway safety: legislative measures have been enacted; extensive research has been conducted; federal, state, county, and local agencies are working together to resolve tough issues; and location-specific mitigation strategies have been implemented in high crash locations. To build on these success stories, however, the State of Vermont must address a significant issue: the accuracy, completeness, availability, and timeliness of its traffic records information. Having timely access to accurate and complete traffic records information is imperative if the objective is to direct resources and funding in the appropriate areas. The goal of this project is to hire a consultant or consulting firm to develop a statewide traffic records improvement strategic plan that would assist the Traffic Records Coordinating Committee (TRCC) and Governor s Highway Safety Program (GHSP) to advance coordination, integration, and improvement among traffic record information systems and their owners. The project objectives include: Identifying statewide goals and objectives for a statewide traffic records improvement program. Developing specific strategies for advancing the plan. Identifying action steps and assigning responsibility for implementation. Including a process for evaluating how progress is being made in implementing the improvement plan. Will assist in research, and apply for all federal grant monies (which include Section 408 funds) for funding various traffic record improvement projects. 1.2. SINGLE POINT OF CONTACT: All communications concerning this Request For Proposal (RFP) are to be addressed in writing to the attention of: *(Michael Bean), State of Vermont, Department of, 103 South main Street, Waterbury VT 05671-2101. *(Michael Bean), is the sole contact for this proposal. Actual contact with any other party or attempts by bidders to contact any other party could result in the rejection of their proposal. 1

2 SCOPE OF SERVICES The consultant services are requested for assisting the GHSP and the TRCC in improving the statewide traffic records strategic plan. 2.1 SCOPE AND BACKGROUND The Vermont law enforcement community is made up of the Vermont State Police, municipal departments, County Sheriff s departments, and other agencies (such as the Department of Motor Vehicles). The TRCC is the state s leading forum for traffic records programs. The TRCC is a statewide stakeholder created to facilitate the planning, coordination, and implementation of projects to improve Vermont s traffic records system. It is the body that makes recommendations for improving the timeliness, quality, completeness, consistency, integration, and accessibility of traffic data used to support highway safety analysis in the state. The TRCC also works with federal agencies like the National Highway Traffic Safety Administration (NHTSA) to coordinate efforts to improve highway safety which includes focusing on traffic records data. The mission of the TRCC along with other agencies is to reduce fatalities, injuries, and economic losses from motor vehicle crashes on Vermont roadways. The Vermont GHSP is a member of the TRCC. The GHSP facilitates and supports, with federal grants, a statewide network to promote safe driving behavior on the highways. 2.2 GENERAL SCOPE OF SERVICES The primary purpose of the TRCC consultant will be to assist the GHSP and TRCC in meeting the structural requirements of Section 408 Funding (NHTSA). The term of the consultant is for one year with an option to renew annually. The consultant must include a proposal to the GHSP for an hourly rate cost for any unknown task that may come up during the business planning process. 2.3 SCOPE OF WORK The consultant s scope of work will include: A. Working with the Vermont TRCC, GHSP, and any other stakeholders identified to build the traffic records improvement strategic plan. 2

B. Assist with research and apply for all federal grant monies available to support traffic records improvement. C. Monitor and report on issues, progress, and compliance with federal grant source requirements. D. The selected vendor shall maintain communications with the Coordinator of GHSP for the Traffic Records Improvement Strategic Plan via telephone and email throughout the project. The GHSP will coordinate scheduling of tasks and events and any information technology (IT) issues. If an issue that cannot be resolved via telephone or email comes up and requires face-to-face communication, a representative from the vendor s facility shall travel to GHSP in Waterbury, VT. If meetings are required onsite at GHSP during this contract, the vendor shall come to Waterbury, VT. 3 DELIVERABLES AND TIMETABLES General work requirements, deliverables, and timetable are anticipated to include the following: 3.1 REQUIREMENTS A. The consultant will ensure that NHTSA 408 and other US federal grant stipulations are reflected in sub-grant requirements and in Vermont issued RFP s for equipment and services to be paid for in whole or in part with said grant sources. B. Attend monthly TRCC meetings in Vermont and take meeting minutes. C. Monitor sub-grantee compliance with NHTSA and other US federal grant sources in areas of performance reporting, meeting measures, and financial reporting. D. Provide TRCC with technical guidance to include best practices in traffic records improvement and associated areas. E. Assist with writing and updating the Traffic Records Improvement Strategic Plan to include formulating measures, baselines, and strategies for meeting performance improvements. 3

F. Assist with annual grant award process to include new sub-grantee submittals and resubmittals for continuing projects. G. Consultant / consulting firm must start work within 30 days of contract execution. H. All contracted deliverables are to be completed and accepted within 12 months of the start date. I. Assist with traffic records assessment process --- Vermont most recent assessment was completed in February 2007. 3.2 DELIVERABLES The following deliverables are expected to be delivered to the Coordinator of GHSP; the consultant will assist in getting these items compiled: A. 408 Applications B. Other Federal Funds Grants Applications C. Quarterly Reports / Monitor of Grant Compliance D. VT Traffic Records Improvements Strategic Plan E. VT Traffic Records Assessment Process 3.3 TIMETABLE Respondents are instructed to submit a cost estimation proposal which will include estimated costs and time needed to complete the deliverables. Cost estimation should include the hourly rates for the support of the TRCC requirements functions. 4

TABLE 2.3-1. TRAFFIC RECORDS IMPROVEMENT TIMETABLE DELIVERABLE DURATION COST 408 Applications TBD TBD Other Federal Funds Grants TBD TBD Applications Quarterly Reports / Monitor of TBD TBD Grant Compliance VT Traffic Records Improvement TBD TBD Strategic Plan VT Traffic Records Assessment TBD TBD Process TRCC Requirements Functions TBD TBD Include in your cost proposal the hourly rate(s) for each person from your firm who may be assigned to this project. 3.4 SELECTION PROCESS Evaluation Criteria Criteria Maximum Possible Points A. Prior experience 1. Completed work of similar type 5 2. Published results professionally 5 B. Organization size and structure of bidders firm. 5 (Considering size in relation to work to be performed.) C. Quality of staff and supervisors 1. Qualifications of staff to be assigned. 15 2. Supervision to be exercised over staff by firm s management. 10 Education, position in firm, years and type of experience will be considered. D. Bidders understanding of work to be performed. This will be determined by the approach to the work and the time estimates to perform each activity. 1. Quality of understanding of work. 10 2. Adequate staff to meet deadlines. 20 3. Realistic time estimates for each activity. 10 E. Cost ( Price = $ ) 20 Maximum Points 100 Each proposal will be independently evaluated on factors A through E by two or more qualified individuals. A composite score will be computed based on those independent evaluations. 5

3.5 STAKEHOLDERS* The following are the stakeholders in this project: From the federal government, the National Highway Traffic Safety Administration (NHTSA). From the State government s judicial branch, the Judicial Bureau and Traffic Court. From the State government s executive branch, the State s Attorney; from the Department of Public Safety, the Vermont State Police, the GHSP, and additionally the DMV. From the local government, the municipal police and county sheriffs. Vermont Agency of Transportation. Vermont Department of Health. *See Attachment H: Stakeholders. 3.6 MILESTONES Section 408 funding application shall be completed and submitted to the federal agency one month before deadline. Applications shall be completed and submitted to federal agencies for other grants related to Traffic Enforcement Data. A comprehensive Vermont Traffic Records Improvement Strategic Plan shall be developed for improving the traffic records system and data statewide. VT Traffic Records Assessment plans and preparation. 3.7 PREFORMANCE MEASURES Performance Measures: In keeping with the intent of the 2010 State of Vermont (SOV) Challenges for Change initiative, all contracts developed with the SOV must contain performance measurements that ensure the best value is received by the State for the funds expended. These may include measures such as meeting or exceeding specific timelines, meeting or exceeding specific measureable performance goals, etc. These measures may also include rewards or sanctions, specifically, the possibility of bonuses paid for superior performance, and decreases in the amount paid for inferior performance. 6

Please address in your proposal what types of performance measurements you would suggest be included in your potential contract that would allow the SOV to assess your performance under the contract and ensure that the best value is attained for the SOV. These performance measures will be determined during the contract negotiation process. Below are performance measures that the consultant will be rated on: A. The consultant shall increase the number of grants beyond Section 408 that VT applied for regarding traffic record improvement. B. The consultant shall maintain total compliance of our reporting structure, relative to our existing baseline. We would have total compliance within 6 months of consultant starting work C. The Vermont Traffic Records Strategic Plan is updated within 8 months of the consultant s start date. D. Preparation for the VT Traffic Records Assessment is in place by March or April of 2012 as determined by the Traffic Records Assessment Team. 4 GENERAL REQUIREMENTS 4.1 PRICING Any and all costs that you wish the State to consider must be submitted for consideration. If applicable, all equipment pricing is to include F.O.B. delivery to the ordering facility. No request for extra delivery cost will be honored. All equipment shall be delivered assembled, serviced, oiled, and ready for immediate use, unless otherwise requested by the purchasing agency. 4.2 DELIVERABLES A timetable needs to be established, which will be based on Section 3. 4.3 WORKER S COMPENSATION; STATE CONTRACTS COMPLIANCE REQUIREMENT The Vermont Department of Public Safety in accordance with Act 54, Section 32 of the Acts of 2009 and for total project s costs exceeding $250,000.00, requires bidders comply with the following provisions and requirements. 7

(a) (1) Bidder is required to self-report detailed information including information relating to past violations, convictions, suspensions, and any other information related to past performance and likely compliance with proper coding and classification of employees requested by the applicable agency. The bidder is required to report information on any violations that occurred in the previous twelve (12) months. (a) (2) Bidder is required to provide a list of subcontractors on the job along with lists of subcontractor s subcontractors and by whom those subcontractors are insured for worker s compensation purposes. Include additional pages if necessary. This is not a requirement for subcontractors providing supplies only and no labor to the overall contract or project. In order for a bidder s response to be considered valid bidders must complete and submit the following two (2) forms at time of bid: Self-Reporting Subcontractor Reporting 4.3.1 METHOD OF ORDERING Purchase orders must be used to order items available under this contract. If verbal orders are given, a confirming purchase order must be issued. 4.3.2 INVOICING 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. 4.3.3 PERFORMANCE STANDARDS: OPERATIONAL PERFORMANCE STANDARDS AND GUARANTEES The Operational Performance Standards and Guarantees are effective on the operational date, unless otherwise specified, and must remain in effect through the contract period. At Agency s option, the accuracy of performance results, performance level, and 8

execution of key expectations may be measured by independent audit. Agency will include performance measures and penalties as part of the contract. Agency proposes performance metrics tied to core services. Performance measures with vendor will be negotiated with specific metrics as part of the contract negotiations. 4.3.4 PERFORMANCE MEASURES This is being reiterated. In keeping with the intent of the 2010 State of Vermont (SOV) Challenges for Change initiative, all contracts developed with the SOV must contain performance measurements that ensure the best value is received by the State for the funds expended. These may include measures such as meeting or exceeding specific timelines, meeting or exceeding specific measureable performance goals, etc. These measures may also include rewards or sanctions, specifically, the possibility of bonuses paid for superior performance, and decreases in the amount paid for inferior performance. Please address in your proposal what types of performance measurements you would suggest be included in your potential contract that would allow the SOV to assess your performance under the contract and ensure that the best value is attained for the SOV. These performance measures will be determined during the contract negotiation process. These performance measures could be beyond those listed in Section 2. 7. 4.3.5 CANCELLATION The State specifically reserves the right to cancel the contract, or any portion thereof, if, in the opinion of its Commissioner of Department of Public Safety, the services or materials supplied by the contractor are not satisfactory or are not consistent with the terms of the contract. 4.3.6 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 during the first year of the contract if such award is deemed to be in the best interest of the State. All other considerations being equal, preference will be given to resident bidders of the state and/or to products raised or manufactured in the state. 4.3.7 EVALUATION CRITERIA See section 3.4 above. 9

4.3.8 INDEPENDENT REVIEW Per Vermont statute, all information technology contracts with a value of $500,000 or more must undergo an independent review by an uninvolved party who is engaged by the State Chief Information Officer to review the decision of the contracting agency in its selection of a particular information technology proposal. The cost of the independent review is borne by the State Sponsor Agency. This review includes the following elements: An acquisition cost assessment A technology architecture review An implementation plan assessment A cost/benefit analysis 4.4 CONFIDENTIALITY 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 1 VSA, Chapter 5, the bidder shall clearly designate the material as such, explaining why such material should be considered confidential. The bidder must identify each page or section of the response that it believes is proprietary and confidential with sufficient grounds to justify each exemption from release, including the prospective harm to the competitive position of the bidder if the identified material were to be released. Under no circumstances can the entire response or price information be marked confidential. Responses so marked may not be considered. 4.4.1 CONTRACT TERMS The selected vendor will sign a contract with the State to provide the items named in their responses, at the prices listed. Minimum support levels, terms, and conditions from this RFP, and the vendor s response will become part of the contract. This contract will be subject to review throughout its term. The State will consider cancellation upon discovery that a vendor is in violation of any portion of the agreement, including an inability by the vendor to provide the products, support, and/or service offered in their response. Vendors planning to submit a bid are advised of the following: The State of Vermont expects the vendor to agree to the Standard State Provision for Contracts and Grants outlined in Attachment C. 10

If the vendor wishes to propose an exception to any Standard State Provision for Contracts and Grants, it must notify the State of Vermont in its response to the RFP. Failure to note exceptions will be deemed to be acceptance of the Standard State Provisions for Contracts and Grants as outlined in Attachment C of the RFP. If exceptions are not noted in the 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 of Vermont. All contracts are subject to review and approval by the Attorney General and Secretary of Administration. A separate software license and maintenance support agreement will be required for all major software, if any, proposed for this project. The Department may renew this Contract for an additional two one-year renewals, subject to and contingent upon the discretionary decision of the Vermont Legislature to appropriate funds for this Contract in each new fiscal year. The Department may renew all or part of this Contract subject to the satisfactory performance of the Contractor and the needs of the State of Vermont. The vendor should guarantee their rate offerings, over the term of the contract, are comparable to other customers of similar size and requirements. If offerings are rendered to a comparable customer which improve the pricing agreed to in the contract, the vendor agrees to apply those same discounts and offerings to the State of Vermont. The State of Vermont has no legal authority to indemnify a vendor and will not consider additional limitations of liability either for the primary contract or any related software agreement that the Vendor wishes the State to sign, and those issues are not negotiable. Vendors who are not able to legally enter into a contract under those conditions should not submit a bid. 4.4.2 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. 11

4.4.3 TAXES Most State purchases are not subject to federal or State sales or excise taxes and must be invoiced tax free. An exemption certificate will be furnished upon request covering taxable items. The contractor agrees to pay all Vermont taxes which may be due as a result of this order. If taxes are to be applied to the purchase it will be so noted in the response. 4.4.4 ORDER OF PRECEDENCE The order of precedence for documentation will be the State of Vermont Standard Contract Form and attachments, the bid document and any amendments, and the vendor s response and any amendments. 4.4.5 SPECIFICATION CHANGE Any changes or variations in the specifications must be received in writing from the Office of Purchasing & Contracting. Verbal instructions or written instructions from any other source are not to be considered. 4.4.6 AMENDMENTS No changes, modifications, or amendments in the terms and conditions of this contract shall be effective unless reduced to writing and will be numbered and signed by the duly authorized representative of the State and Contractor. 4.4.7 NON COLLUSION The State of Vermont is conscious of and concerned about collusion. It should therefore be understood by all that in signing bid and contract documents they agree that the prices quoted have been arrived at without collusion and that no prior information concerning these prices has been received from or given to a competitive company. If there is sufficient evidence to warrant investigation of the bid/contract process by the Office of the Attorney General, all bidders should understand that this paragraph might be used as a basis for litigation. 4.5 VENDOR RESPONSE CONTENT AND FORMAT The content and format requirements listed below are the minimum required for our evaluation. They are not intended to limit the content of the proposals; vendors may include additional information or offer alternative solutions which may be considered. 12

4.5.1 NUMBER OF COPIES Please submit the following in relation to your proposal: A. A.pdf version of the entire bid. B. An electronic version, broken into files no larger than 2MB. These files shall be clearly named State of Vermont Traffic Records Improvement Plan Part 1, Part 2 and so on. C. An editable version in Word 2003 (.doc). D. A.pdf version WITHOUT proprietary information. These copies can be submitted on a CD or removable drive. 4.5.2 BACKGROUND AND EXPERIENCE Provide a full description of the experience you have had in providing consultation services for traffic records improvement plans. 4.5.3 REFERENCES Provide the names, addresses, and phone numbers of at least three companies or agencies with whom you have transacted similar business in the last twelve (12) months. You must include contact names who can talk knowledgeably about performance. 4.5.4 REPORTING REQUIREMENTS Provide a sample of your current reporting document. 4.5.5 PRICING Complete the attached PRICE SCHEDULE. 4.5.6 CERTIFICATE OF COMPLIANCE This form must be completed and submitted as part of the response for the proposal to be considered valid. 4.5.7 WORKERS COMPENSATION; STATE CONTRACTS COMPLIANCE REQUIREMENT; SELF REPORTING This form must be completed and submitted as part of the response for the proposal to be considered valid. 13

4.5.8 WORKERS COMPENSATION; STATE CONTRACTS COMPLIANCE REQUIREMENT; SUBCONTRACTOR REPORTING This form must be completed and submitted as part of the response for the proposal to be considered valid. 4.5.9 OFFSHORE OUTSOURCING QUESTIONNAIRE This form must be completed and submitted as part of the response for the proposal to be considered valid. 4.5.10 SUBMISSION INSTRUCTIONS 4.5.10.1 CLOSING DATE The closing date for the receipt of proposals is *(DATE/TIME). The bid opening will be held at 103 South Main Street, Waterbury, VT and is open to the public. 4.5.11 SEALED BID INSTRUCTIONS All bids must be sealed and must be addressed to the Vermont Department of Public Safety, Vermont State Police Headquarters, Michael Bean, Contract Admissions, 103 South Main Street, Lab Room 152, Waterbury, VT 05671-2101. BID ENVELOPES MUST BE CLEARLY MARKED SEALED BID AND SHOW THE REQUISITION NUMBER AND/OR PROPOSAL TITLE, OPENING DATE AND NAME OF BIDDER. All bidders are hereby notified that sealed bids must be received and time stamped by the Vermont Department of Public Safety located at 103 South Main Street, Waterbury, VT 05671-2101 by the time of the bid opening. Bids not in possession of the Vermont Department of Public Safety at the time of the bid opening will be returned to the vendor, and will not be considered. Vermont Department of Public Safety 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: http://www.vermontbusinessregistry.com. All bids will be publically opened. Typically, the Vermont Department of Public Safety will open the bid, read the name and address of the bidder, and read the bid amount. However, the Vermont Department of Public Safety 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 Vermont Department of Public Safety determines that the nature, type, or size of the bid is such that the 14

Vermont Department of Public Safety 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. 4.5.12 DELIVERY METHODS 4.5.12.1 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 and time stamped by the Vermont Department of Public Safety prior to the time of the bid opening. 4.5.12.2 EXPRESS DELIVER 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 the Vermont Department of Public Safety. 4.5.12.3 HAND DELIVERY Hand carried bids shall be delivered to a representative of the Department prior to the bid opening. 4.5.12.4 ELECTRONIC Electronic bids will not be accepted. 4.5.12.5 FAX BIDS FAXED responses are NOT acceptable. 4.5.12.6 RENEWAL OF CONTRACT If a consultant is selected; the term of this contract is for 1 (one) year with an option to renew annually. Annual renewal of this contract shall be pending: (A) Annual federal or state funding approval. (B) The State s satisfaction and acceptance of the selected vendor s service and deliverables 15

upon completion. Should funding for this project be reduced or ended; no other funding for this contract will be made available. 4.5.13 ATTACHMENTS Attachment C: Standard State Contract Provisions (January 10, 2011) Attachment D: Certificate of Compliance Attachment E: Price Schedule Attachment Fa: Workers Compensation; State Contracts Compliance Requirement; Self Reporting Attachment Fb: Workers Compensation; State Contracts Compliance Requirement; Subcontractor Reporting Attachment G: Offshore Outsourcing Questionnaire Attachment H: Stakeholders 16

State of Vermont Attachment C_1/10/11 ATTACHMENT C: STANDARD STATE PROVISIONS FOR CONTRACTS AND GRANTS 1. 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. 2. Applicable Law: This Agreement will be governed by the laws of the State of Vermont. 3. 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. 4. Appropriations: If this Agreement extends into more than one fiscal year of the State (July 1 to June 30), and if appropriations are insufficient to support this Agreement, the State may cancel at the end of the fiscal year, or otherwise upon the expiration of existing appropriation authority. In the case that this Agreement is a Grant that is funded in whole or in part by federal funds, and in the event federal funds become unavailable or reduced, the State may suspend or cancel this Grant immediately, and the State shall have no obligation to pay Subrecipient from State revenues. 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, Liability: The Party will act in an independent capacity and not as officers or employees of the State. The Party shall defend the State and its officers and employees against all claims or suits arising in whole or in part from any act or omission of the Party or of any agent of the Party. The State shall notify the 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. 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. 1

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. 7. 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. General Liability and Property Damage: With respect to all operations performed under the contract, 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: $1,000,000 Per Occurrence $1,000,000 General Aggregate $1,000,000 Products/Completed Operations Aggregate $ 50,000 Fire/ Legal/Liability Party shall name the State of Vermont and its officers and employees as additional insureds for liability arising out of this Agreement. 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: $1,000,000 combined single limit. Party shall name the State of Vermont and its officers and employees as additional insureds for liability arising out of this Agreement. 8. Reliance by the State on Representations: All payments by the State under this Agreement will be made in reliance upon the accuracy of all prior representations by the Party, including but not limited to bills, invoices, progress reports and other proofs of work. 9. 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, and if this Subrecipient expends $500,000 or more in federal assistance during its fiscal year, the Subrecipient is required to have a single audit 2

conducted in accordance with the Single Audit Act, except when it elects to have a program specific audit. The Subrecipient may elect to have a program specific audit if it expends funds under only one federal program and the federal program s laws, regulating or grant agreements do not require a financial statement audit of the Party. A Subrecipient is exempt if the Party expends less than $500,000 in total federal assistance in one year. The Subrecipient will complete the Certification of Audit Requirement annually within 45 days after its fiscal year end. If a single audit is required, the sub-recipient will submit a copy of the audit report to the primary pass-through Party and any other pass-through Party that requests it within 9 months. If a single audit is not required, the Subrecipient will submit the Schedule of Federal Expenditures within 45 days. These forms will be mailed to the Subrecipient by the Department of Finance and Management near the end of its fiscal year. These forms are also available on the Finance & Management Web page at: http://finance.vermont.gov/forms. 10. Records Available for Audit: The Party will maintain all books, documents, payroll papers, accounting records and other evidence pertaining to costs incurred under this agreement and make them available at reasonable times during the period of the Agreement and for three years thereafter 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. The State, by any authorized representative, shall have the right at all reasonable times to inspect or otherwise evaluate the work performed or being performed under this Agreement. 11. Fair Employment Practices and Americans with Disabilities Act: Party agrees to comply with the requirement of Title 21V.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. Party further agrees to include this provision in all subcontracts. 12. 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. 13. 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, 3

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. 14. Child Support: (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. 15. Sub-Agreements: Party shall not assign, subcontract or subgrant the performance of his Agreement or any portion thereof to any other Party without the prior written approval of the State. Party also agrees to include in all subcontract or subgrant agreements a tax certification in accordance with paragraph 13 above. 16. 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. 17. Copies: All written reports prepared under this Agreement will be printed using both sides of the paper. 4

18. 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. (End of Standard Provisions) 5

RFP/PROJECT: TRAFFIC RECORDS IMPROVEMENT FOR VT GOVERNOR S HIGHWAY DATE: ATTACHMENT D: CERTIFICATE OF COMPLIANCE This form must be completed in its entirety and submitted as part of the response for the proposal to be considered valid. TAXES: Pursuant to 32 V.S.A. 3113, bidder hereby certifies, under the pains and penalties of perjury, that the company/individual is 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 as of the date this statement is made. A person is in good standing if no taxes are due, if the liability for any tax that may be due is on appeal, or if the person is in compliance with a payment plan approved by the Commissioner of Taxes. INSURANCE: Bidder certifies that the company/individual is in compliance with, or is prepared to comply with, the insurance requirements as detailed in Section 7 of Attachment C: Standard State Contract Provisions. Certificates of insurance must be provided prior to issuance of a contract and/or purchase order. If the certificate(s) of insurance is/are not received by the Office of Purchasing & Contracting within five (5) days of notification of award, the State of Vermont reserves the right to select another vendor. Please reference the RFP and/or RFQ # when submitting the certificate of insurance. CONTRACT TERMS: The undersigned hereby acknowledges and agrees to Attachment C: Standard State Contract Provisions. TERMS OF SALE: The undersigned agrees to furnish the products or services listed at the prices quoted. The Terms of Sales are Net 30 days from receipt of service or invoice, whichever is later. 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. FORM OF PAYMENT: Would you accept the Visa Purchasing Card as a form of payment? Yes No Insurance Certificate(s): Attached Will provide upon notification of award Delivery Offered: days after notice of award Terms of Sale: Quotation Valid for: days Date: Name of Company: Contact Name: Address: 1

Fax Number: E-mail: By: Name: Signature (Bid Not Valid Unless Signed) (Type or Print) All returned quotes and related documents must be identified with our request for quote number. 2

ATTACHMENT E: PRICE SCHEDULE Please deliver price schedule with invoice. For all tasks the vendor s price quote must be a fixed price and include all expenses. TASK PAYMENT PERCENTAGE AMOUNT DATE DUE 408 Applications TBD TBD TBD Other Federal Funds Grants Applications Quarterly Reports / Monitor of Grant Compliance VT Traffic Records Improvements Strategic Plan VT Traffic Records Assessment Process TRCC Requirements Functions TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD The contractor must include an hourly rate for any unknown task that may come up during the contract term. Contractor will submit invoices to: Vermont Department of Public Safety Vermont State Police Headquarters Michael Bean Contract Admissions 103 South Main Street Lab Room 152 Waterbury, VT 05671-2101 [Phone] 802-241-5426 [Fax] 802-241-5553 http://www.vermontbusinessregistry.com/ All invoices are to be sent on the vendor s standard billhead. Ensure that vendor s current address is on billhead. 1

RFP/PROJECT: TRAFFIC RECORDS IMPROVEMENT FOR VT GOVERNOR S HIGHWAY DATE: ATTACHMENT Fa: WORKERS COMPENSATION; STATE CONTRACTS COMPLIANCE REQUIREMENT Self Reporting Form 1 of 2, Page 1 of 2 This form must be completed in its entirety and submitted as part of the response for the proposal to be considered valid. The Vermont Department of Public Safety in accordance with Act 54, Section 32 of the Acts of 2009 and for total projects costs exceeding $250,000.00, requires bidders comply with the following provisions and requirements. Bidder is required to self report the following information relating to past violations, convictions, suspensions, and any other information related to past performance relative to coding and classification for worker s compensation. The state is requiring information on any violations that occurred in the previous 12 months. Summary of Detailed Information Date of Notification Outcome 1

Self Reporting Form 1 of 2, Page 2 of 2 WORKERS COMPENSATION STATE CONTRACTS COMPLIANCE REQUIREMENT: Bidder hereby certifies that the company/individual is in compliance with the requirements as detailed in Act 54, Section 32 of the Acts of 2009. Date: Name of Company: Contact Name: Address: Title: Phone Number: E-mail: By: Signature (Bid Not Valid Unless Signed)* Fax Number: Name: (Type or Print) *Form must be signed by individual authorized to sign on the bidder s behalf. 2

RFP/PROJECT: TRAFFIC RECORDS IMPROVEMENT FOR VT GOVERNOR S HIGHWAY DATE: ATTACHMENT Fb: WORKERS COMPENSATION; STATE CONTRACTS COMPLIANCE REQUIREMENT Subcontractor Reporting Form 2 of 2, Page 1 of 2 This form must be completed in its entirety and submitted as part of the response for the proposal to be considered valid. The Vermont Department of Public Safety in accordance with Act 54, Section 32 of the Acts of 2009 and for total projects costs exceeding $250,000.00 requires bidders to comply with the following provisions and requirements. Bidder is required to provide a list of subcontractors on the job along with lists of subcontractor s subcontractors and by whom those subcontractors are insured for workers compensation purposes. Include additional pages if necessary. This is not a requirement for subcontractor s providing supplies only and no labor to the overall contract or project. Subcontractor Insured By Subcontractor s Sub Insured By 1

Subcontractor Reporting Page 2 of 2 Date: Name of Company: Contact Name: Address: Title: Phone Number: E-mail: Fax Number: By: Signature (Bid Not Valid Unless Signed)* Name: (Type or Print) *Form must be signed by individual authorized to sign on the bidder s behalf. 2

ATTACHMENT G: Offshore Outsourcing Questionnaire Vendors must indicate whether or not any services are or will be performed in a country other than the US. Indicate N/A if not applicable. Services: Proposed Service to be Outsourced Bid Total Offshore Dollars Represents what % of total Contract Dollars Outsourced Work Location (Country) Subcontractor If any or all of the services are or will be outsourced offshore, Vendors are required to provide a cost estimate of what the cost would be to provide the same services onshore and/or in Vermont. Proposed Service to be Outsourced Bid Total if provided Onshore Bid Total if provided in Vermont Cost Impact Onshore Work Location Subcontractor Name of Bidder Signature of Bidder 1

Stakeholders Stakeholder Segment Federal Government ATTACHMENT H: STAKEHOLDERS. Key Stakeholders NHTSA State Government o Judicial Branch o Executive Branch Local Government NOTE: To include as required but not limited to these listed Judicial Bureau Traffic Court State s Attorney Department of Public Safety Vermont State Police Fusion Center GHSP DMV Vermont Dept. of Health Vermont Agency of Transportation Municipal Police County Sheriffs 1