request for proposal (rfp)


[PDF]request for proposal (rfp) - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

0 downloads 199 Views 744KB Size

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

REQUEST FOR PROPOSAL (RFP) Issue Date:

January 22, 2014

RFP# 151321

Title:

Toll Collection and Temporary Staffing Services

Commodity Code:

96269

Issuing Agency:

Commonwealth of Virginia Virginia Department of Transportation (VDOT) Central Office Mail Center- Loading Dock Entrance 1401 E. Broad Street Richmond, Virginia 23219 Attention: Linda Bumgarner, VCO

Location Where Work Will Be Performed: Powhite Parkway Extension Period of Contract: Three (3) years with two (2) optional annual renewals. Optional Pre-proposal Conference: An optional pre-proposal conference will be at 10:00 am on Monday, February 03, 2014 at 1221 East Broad St., Richmond, VA 23219 in Auditorium #3. No one will be admitted after 10:05 AM. In order to access the Auditorium participants are required to show a picture I.D. at 1401 East Broad St., Richmond, VA 23219. The purpose of this conference is to allow potential bidders an opportunity to present questions and obtain clarification relative to any facet of this solicitation. Sealed Proposals Will Be Received Until 2:00 PM, February 21, 2014, for Furnishing the Goods and/or Services Described Herein. All Inquiries for Information Must Be Directed In Writing To: Linda Bumgarner, VCO, Contract Officer via Email at [email protected] . No Questions Will Be Answered Orally. Questions Should Be Received By 5:00 PM, Close of Business February 06, 2014. If Proposals Are Mailed, Hand Delivered, Sent by FedEx, UPS or Other Courier, Send Directly To Issuing Agency Shown Above. In Compliance With This Request For Proposal And To All The Conditions Imposed Therein And Hereby Incorporated By Reference, The Undersigned Offers And Agrees To Furnish The Goods and/or Services In Accordance With The Attached Signed Proposal Or As Mutually Agreed Upon By Subsequent Negotiation. Date: By:

Name and Address of Firm:

(Signature In Ink) Zip Code:

Name:

eVA Vendor ID or DUNS#: Fax Number: E-mail Address:

(Please Print) Title: Telephone Number:

Note: This public body does not discriminate against faith-based organizations in accordance with the Code of Virginia, § 2.2-4343.1 or against a Bidder or Offeror because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment.

1

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

TABLE OF CONTENTS RFP #: 151321 I. DEFINITIONS

3

II. PURPOSE

3

III. BACKGROUND

3

IV. STATEMENT OF NEEDS

4

V. PROPOSAL PREPARATION AND SUBMISSION INSTRUCTIONS VI. EVALUATION AND AWARD CRITERIA VII. REPORTING AND DELIVERY INSTRUCTIONS VIII. PRE-PROPOSAL CONFERENCE

14 17 18 19

IX. GENERAL TERMS AND CONDITIONS

19

X. SPECIAL TERMS AND CONDITIONS

26

XI. METHOD OF ORDERING AND PAYMENT XII. PRICING SCHEDULE

37

XIII. ATTACHMENTS A. B. C. D. E. F. G. H. I. J. K. L. M.

37

38

Offeror’s Data Sheet Small Business Subcontracting Plan SWaM Compliance Report Proprietary and Confidential Information Summary Form State Corporation Commission Form Subcontractor Approval Request Pricing Schedule Job Description – Toll Collector Job Description – Back-Office Admin Support Job Description – Custodian/Groundskeeper Job Description – Project Manager Job Description – Toll Back-Office Position PPE Plaza Layout

2

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

I. DEFINITIONS: Whenever used in this RFP or in the contract documents, the following terms have the meanings indicated, which are applicable to both the singular and plural and the male and female gender thereof: A. Contract: An agreement enforceable by law, between two (2) or more competent parties, to do or not to do something, not prohibited by law, for consideration. When used in this RFP, an agreement executed by VDOT and the Offeror selected to be the Contractor to provide the goods or services described in this RFP. B. Contractor: An individual or firm that has entered into an agreement to provide goods or services to the Commonwealth of Virginia. The Offeror awarded the Contract to supply goods or services described in this RFP are referred to as a “Contractor”. C. Department: The Virginia Department of Transportation, an agency of the Commonwealth of Virginia, is referred to as “Department” or “VDOT”. D. Offeror: A person who makes an offer in response to a Request for Proposals. Each proposal submission is referred to as an “Offeror” E. Owner: The Commonwealth of Virginia, i.e., an agency, institution, or department, with whom the Contractor has entered into a Contract and for whom the work or services is to be provided. F. Proposal: An offer made by one party to another as a basis for negotiations, prior to the creation of a contract. A submittal in response to the VDOT request for such proposals under Section V of this RFP, including supplements, if any. G. Representative: The VDOT Contract Administrator or designee who will manage all facets of the Contract to assure the Contractor’s total performance is in accordance with the contractual commitments and the obligations of the Contractor under the terms and conditions of the Contract. H. Subcontractor: Any entity that has a contract to supply labor or materials to the Contractor to whom the Contract was awarded or to any other subcontractor in the performance of the work provided for in the Contract. II. PURPOSE: The purpose of this Request for Proposal (RFP) is to solicit sealed proposals to establish a contract award through competitive negotiation for the purchase of Toll Collection Temporary Staffing Services for the Powhite Parkway Extension (PPE). III. BACKGROUND: The PPE toll road is comprised of one (1) mainline toll plaza and four (4) remotely located ramp plazas. PPE operates eight (8) staffed lanes, eight (8) automatic coin machine lanes, and twelve (12) EZPass Only lanes. On a weekly basis, PPE currently supplements classified toll collection and back-office staff with approximately thirty (30) temporary contracted toll collectors; ten (10) toll back-office assistants; one (1) custodian/groundskeeper; one (1) on site project manager/supervisor; and one (1) administrative assistant on an as needed basis. PPE’s mainline toll plaza is located in Chesterfield County on Route 76, with on and off ramp plazas for Courthouse Road and Midlothian Turnpike. PPE’s mainline toll plaza operates 24 hours, seven (7) days per week, and the ramp plazas operate from 6:00 a.m. to 10:00 p.m., 7 days per week.

3

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

IV. STATEMENT OF NEEDS: A. Toll Operations General Requirements: Toll operations and toll collection services are critical components of the core business functions of PPE, a 24/7/365 toll authority. PPE requires a Contractor that has operated continuously within the Commonwealth of Virginia for at least three (3) years with the primary business function of providing temporary staffing on a contractual basis and that maintains at least one facility located in the Richmond Metropolitan area. The Contractor shall have the experience, capability, and capacity to provide all temporary contracted staffing services required for toll collections and toll operations as specified in this RFP. To maintain full operations on a 24/7/365 basis, the successful Contractor must provide the required number of requested temporary contracted staff. To supplement PPE’s operational requirements, the Contractor must have the capacity to provide on a weekly basis, approximately thirty (30) temporary toll collectors, ten (10) toll back-office assistants, one (1) custodian/groundkeeper, and one (1) on site Project Manager/Supervisor. PPE also requires on as needed basis, one (1) back-office administrative support position. The Project Manager/Supervisor will be responsible for the complete management oversight of all temporary contracted staff assigned to PPE. Position descriptions that indicate the duties and minimum qualifications required for each requested temporary contracted position are described in Section XIII, Attachments (H-L). 1. All temporary contracted staffing services provided by the Contractor to PPE shall conform to all applicable federal, state, and local municipal laws, regulations, and ordinances. B. Staffing Requirements: Failure to meet the staffing requirements will be disruptive to the effective toll collections operations at PPE. Temporary contracted staffing not provided as required by PPE will result in the enforcement of the PPE Refusal Right - Reference Page 7, Section D. #5 1. Quality Requirements of Temporary Toll Collections Staff: In addition to providing well-trained and experienced toll collections staff in cashing handling and other outlined services, the PPE expects all temporary contracted staff to meet minimum standards with respect to the following quality criteria: a. Professional Conduct: Temporary contracted staff must at all times conduct themselves in a professional manner as indicated in this RFP and shall provide extraordinary customer service to all internal and external customers. Temporary contracted staff must be respectful of all people with whom they interact, to include all internal and external customers. b. Cordiality, Punctuality and Responsibility: Temporary contracted staff must report to PPE on time and must be prepared to work the entire shift as assigned. In addition to the provision of temporary toll collectors who will be assigned to specific lanes, the Contractor shall provide temporary contracted staff for replacements for all absences of PPE’s classified toll collector staff. The Contractor shall also be responsible for supplementing the absences of all classified back-office staff and all temporary contracted position requested in this proposal. There must be no interruption in lane coverage or other services required by PPE as a result of temporary staff absences or tardiness.

4

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

c. Drug, Alcohol, and Tobacco Use: i. Temporary contracted staff shall not use illegal drugs or consume alcohol while on duty or on State property. Indications of such use shall result in immediate removal from the PPE, and there shall be no consideration given for future employment at PPE. ii. The use of tobacco products are prohibited inside all PPE facilities, tollbooths, toll lanes, sheds, and state-owned vehicles. Cigarette smoking only is permitted at the designated smoking area ONLY. No smoking in parking areas or while transitioning to and from personal vehicles to the facilities is allowed. The Contractor shall ensure that all temporary contracted staff understand and comply with this policy. d. Dress and Equipment: Contractors shall ensure that all temporary contracted staff report to work at PPE dressed appropriately in accordance with the prescribed dress code requirements contained in this RFP. Tattoos and body piercings deemed inappropriate and/or offensive by PPE must be covered at all times. C. Account Service Requirement 1. The Contractor must possess the professional expertise necessary to accomplish and perform in a satisfactory and proper manner, in accordance with requirements detailed in this RFP. The Contractor shall supply all labor, materials, equipment and supplies required for temporary contracted staff to perform services as described herein; this may include, but not be limited to, operating manuals, cell phones and office supplies. 2. All recruiting, interviewing, hiring and training must be conducted by the Contractor at the Contractor’s facility. The Contractor must conduct skills testing and certify in writing to the PPE’s Contract Administrator that the skills testing has been given and was successfully passed by all toll collections and back-office candidates selected for hire to work at PPE. The candidates for hire must pass a validated test that measures and verifies the candidates’ ability to perform all the skills required to perform all requested positions in this RFP. For all toll collectors, toll back-office support, and back-office administrative support positions, skills testing shall include, but shall not be limited to, cash handling proficiency, basic grammar and composition, basic computer proficiency, and customer service. 3. Performance Guarantee: All temporary contracted staff shall be fully-trained and capable of performing all assigned duties. If within the first seven (7) work days of the temporary assignment, PPE deems the temporary contracted staff incapable of effectively performing the assigned duties, the Contractor shall not charge PPE for the hours worked within that seven-day period, and the Contractor shall immediately provide an acceptable replacement to PPE as prescribed within this RFP. 4. Essential Positions: PPE is a 24/7/365 toll facility, and therefore, all temporary contracted toll collection positions listed in this proposal shall be considered essential positions and will be required to report to work as scheduled on all three shifts at all times, to include during inclement weather conditions (on weekdays, weekends, holidays, and– no exceptions). Without a declared toll suspension, PPE will operate continuously and the Contractor must provide temporary contracted staff as required.

5

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

5. Request for Additional Positions: a. If during the term of the contract additional positions are required by PPE that are not listed in this RFP, the Contractor shall provide the requested position within three (3) business days, and add that (those) position(s) to the contract upon negotiation and mutual agreement between PPE and the Contractor. b. In the event of an emergency staffing request, the Contractor will communicate directly with the Contract Administrator and the Contractor must fulfill the emergency request within eight (8) hours of the request. D. Background and DMV Histories by VDOT-Personnel Security Section (PSS) 1. All screenings shall be based on the VDOT required standards and on all PPE standards that serve to mitigate revenue losses as toll collection staff transition between remote locations with State funds and as staff perform toll collections services and back office assignments. Criminal Background Histories shall be conducted by VDOT’s, Personnel Security Section. The Contractor will bear all costs for the Criminal Background performed by VDOT PSS. The Contractor will be billed directly by VDOT PSS. The Contractor must provide their billing address and contact information to Powhite Parkway Extension Attn: Debra Jolly @ P.O. Box 36218, Bon Air, VA 23236. 2. The issuance of a VDOT identification badge by VDOT indicates eligibility for consideration of employment with a VDOT contract. In the event that a temporary employee fails a background history or drug screening, the temporary employee will no longer be eligible for temporary employment through this contract. 3. The Contractor must comply with Special Terms and Conditions/Security Requirements as outlined on Page #33. 4. The Contractor shall provide to Pamela Hinton @ [email protected] information on each new temporary contracted staff in order to conduct a criminal DMV history. The Contractor will bear all costs for the Criminal Background performed by VDOT. 5. Prior to any temporary contracted staff reporting to PPE, all training, Criminal Background history and DMV Criminal histories must be completed and certified as indicated in this RFP. A current DMV Criminal history shall be preformed when a temporary contracted staff toll collector transitions to a back office position. DMV Criminal histories shall be performed annually for all assigned temporary contracted staff. NOTE***Temporary Contracted Staff assigned to the Toll Collections Unit at PPE will handle/process State funds and will be required to transport State funds in personal and/or State –owned vehicles.

6

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

6. PPE Right of Refusal: a. PPE has the right at any time to refuse any temporary contracted staff for any job related deficiency. PPE’s Contract Administrator will communicate to the Contractor of the services of any of the Contractor’s temporary staff assigned to PPE who are deemed incompetent, careless, insubordinate, or otherwise unacceptable. All staff refusals shall be communicated in writing to the Contractor by PPE’s Contract Administrator. This communication will constitute the sufficient notice to terminate from assignment to PPE temporary contracted staff deemed unacceptable. PPE’s obligation to pay for any related services will cease upon notification to the Contractor. b. Refusal of any temporary contracted staff will not be based on race, color, religion, sex, age, national origin, disability or political affiliation in accordance with Equal Opportunity Employment Guidelines. The refusal of any temporary contracted staff shall result in the immediate removal of the temporary contracted staff and immediate arrangements must be made by the Contractor for a qualified replacement. 6. Transportation and Parking: a. All temporary contracted staff must transition to and from the mainline plaza to ramp locations. PPE will not provide transportation. As such, all temporary contracted staff must have exclusive, dependable transportation to travel between the main toll plaza located at 0.5 miles west of Courthouse Road (Route 653) on Route 76 south, to the outlying ramp toll booths located at Route 653 – Courthouse Road and Route 60 – Midlothian Turnpike. Temporary contracted staff will not be permitted to walk or car pool to and from mainline toll plaza and the four (4) ramp plaza locations. (Each ramp location requires only one collector position for the first and second shift. Both shifts start and end at the same time.) b. For security purposes, PPE will provide all temporary contracted staff a PPE parking permit. While on site, the parking permit must be visibly displayed in vehicle at all times. Failure to display the assigned parking permit may result in the vehicle being towed at the owner’s expense. c. During the current shift assignment only, PPE will issue state-owned transponders to temporary contracted toll collectors to allow toll free passage during required transitions between the mainline plaza and the various remote ramp locations. Transponders are issued and retrieved by signature at the conclusion of all shifts. Any abuse of the state-owned transponder and any unauthorized use of free passage shall be fully recoverable by PPE from the Contractor. E. Contractor Responsibilities 1. It shall be agreed that language contained herein is intended or should be construed in any manner as creating or establishing the relationship of partners between the parties hereto. The Contractor represents that it has, or will secure at its own expense, all personnel required to perform the services under this Contract. The Contractor’s temporary contracted staff and other persons engaged in work or services required by the Contractor under this Contract shall have no contractual relationship with the PPE/VDOT; nor shall the temporary contracted staff be considered employees of the Commonwealth.

7

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

2. All claims on behalf of any person arising out of employment or alleged employment (including without limit claims of discrimination against the Contractor, its officers or its agents) shall in no way be the responsibility of the PPE/VDOT. The Contractor will hold the PPE/VDOT harmless from any and all such claims. Such personnel or other persons shall not require nor be entitled to any compensation, rights or benefits from the Commonwealth, including without limit, tenure rights, medical and hospital care, sick and vacation leave, severance pay or retirement benefits. 3. No relationship other than that of an independent Contractor shall exist or be implied between the parties or either party’s agents or employees. PPE management shall not communicate with temporary contracted staffing on issues of compensation, benefits and other terms and conditions of employment. The relationship between PPE and the Contractor shall be that of a customer and independent contractor, with no liability or benefits for pension rights or liabilities, insurance rights or liabilities arising out of or related to a contract for hire unless otherwise provided by law. No employer/employee relationship shall accrue to either party or either party’s agents or employees with respect to PPE as a result of the performance of this contract. The Contractor, by submission of its proposal, agrees to hold PPE harmless from such claim and any costs or expense related thereto. 4. The Contractor will pay all salaries and all expenses of all temporary contracted staff and all federal social security taxes, federal and state unemployment taxes, worker’s compensation, and payroll taxes. The Contractor will be responsible for all payroll reports and other Federal and State employee expenses and all other required taxes and insurances relating to its temporary contracted staff, to include, but be not limited to, statutory worker’s compensation insurance. Time and daily attendance records, to include absences, tardiness and all leave requests shall be managed and maintained by the Contractor. 5. The Contractor will provide copies of all weekly timesheets to PPE’s Contract Administrator for each the assigned temporary contracted staff. The timesheets must indicate the employee’s full name, signature, and must identify dates and total hours worked. Hours worked must be verified by PPE management. The Contractor will invoice PPE on a weekly basis. PPE will pay all positions at the hourly rate ONLY. PPE will not be billed for leave, holiday, or vacation hours for any contracted position. In addition to the weekly work schedule, the Contractor shall provide to PPE’s Contract Administrator a roster of its “standby” or “on-call” toll collection staff 6. To ensure that all temporary contracted staff is well-qualified to perform in accordance with the requirements of the assigned position, the Contractor will be responsible for providing all required training prior to work assignment. The Contractor will bear all expenses relating to training of staff. Training will be performed at the Contractor’s site. 7. For operational consistency in service delivery, PPE will provide the Contractor with PPE specific toll collector and back-office training documentation. It is understood that temporary contracted staff training will be based primarily on PPE’s Standard Operating Procedures. a. Training shall include a minimum of two (2), eight (8) hour days of classroom training and a minimum of two (2), eight (8) hour days of “hands on” training to assure reasonable proficiency. b. PPE’s Contract Administrator will work with the Contractor to coordinate a mutually agreed upon schedule for all “hands-on” training sessions on VDOT specific equipment for collecting and processing toll collections or for operating all back office equipment and computerized systems.

8

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

c. The Contractor shall provide the following training to all temporary contracted staff assigned to PPE: Safety and Safety Hazards in the Workplace 1. Lifting Safety 2. Drugs and Alcohol in the Workplace 3. Workplace Violence 4. Workplace Harassment 5. Workplace Discrimination 6. Robbery Awareness and Prevention d. All training sessions shall be conducted on the Contractor’s premises. Prior to the temporary contracted staff reporting to PPE, the Contractor shall confirm in writing to PPE’s Contract Administration that all temporary contracted staff has successfully completed the listed training. The Contractor shall also conduct follow-up training sessions annually and shall provide PPE’s Contract Administrator written documentation, identifying the name of each employee, a list of training courses completed by each employee, and dates of completion. 8. The Contractor shall be responsible for the return of all PPE-issued supplies and/or equipment. All issued equipment and/or supplies must be returned to PPE in an acceptable and reusable condition. For reimbursement purposes, PPE will provide the Contractor with a list and schedule of value for all PPE-issued supplies and/or equipment issued to temporary contracted staff. At the completion of the work assignment or at such time that issued equipment and/or supplies are damaged or lost, the Contractor shall be liable for reimbursement to PPE for the replacement cost of such equipment and/or supplies. The Contractor shall be liable for the total replacement cost of all PPE-issued supplies and/or equipment not returned within ten (10) calendar days of notification of termination of the assignment or at such time that State-issued supplies and/or equipment are damaged, lost, or stolen while in the possession of the temporary contracted staff. The Contractor shall reimburse PPE within ten (10) calendar days of notification of the termination of assignment or for the damage or loss of State/PPE issued supplies and/or equipment. 9. The Contractor shall be liable for all monetary shortages and for reimbursement of all violation dismissal fees as a result of preventable processing errors of the temporary contracted staff, payment due within ten (10) days of notification. PPE will provide the Contractor a schedule of value that indicates the fees imposed to PPE for toll violations that must be dismissed as a result of preventable toll collector processing errors. If the Contractor’s staff, due in whole or in part to negligence or willful misconduct, charge a patron less than the applicable toll rate, fail to collect the correct toll, or for any other reason are short of funds at the time of the cash fund reconciliation, the shortage will be reimbursed directly to PPE by the Contractor. A statement documenting the shortage(s) of all temporary contracted staff will be submitted to the Contractor on a weekly basis. The Contractor will reimburse PPE within ten (10) calendar days of receipt of the notification of the monetary shortages. The Contractor shall be responsible for imposing disciplinary actions and additional training to address improvements of the work performance of temporary contracted staff that have documented shortages. PPE reserves the right to request that the services of temporary contracted staff with habitual cash handling and/or violations dismissal errors be replaced by the Contractor. The Contractor will provide the replacement staff as prescribed in this contract.

9

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

10. The Contractor shall be liable for any physical damages of State property or any unauthorized use of State resources by temporary contracted staff. If any temporary contracted staff uses PPE equipment or other resources in an unauthorized or negligent manner that results in a financial loss to PPE (e.g. unauthorized phone calls, loss of keys, etc.), the Contractor will be required to reimburse PPE for the total replacement cost of equipment, services used or any other financial loss caused by temporary contracted staff. The Contractor will be liable for loss of State funds by staff as a result of theft, negligence, misconduct, or other inappropriate behavior. F. Project Manager/Supervisor Requirements 1.

The Contractor must provide at least one (1) on-site Project Manager/Supervisor who will serve as PPE’s sole point of contact and who will coordinate the temporary contracted staffing needs of this contract, this includes routine and emergency requirements, 24/7/365. The Project Manager/Supervisor will be the liaison between the temporary contracted staff and PPE. The Project Manager will be responsible for ensuring that the administrative duties related to this contract are completed accurately and on time. The Contractor will provide the Project Manager/Supervisor with a personal computer that is equipped with internet access and with a personal cell phone. VDOT/PPE will not provide internet access nor will VDOT/PPE provide telephone access. The Contractor shall supply all equipment and materials required to conduct business and meet the requirements requested in this RFP.

2.

The Contractor must provide at least one (1) Project Manager/Supervisor who will be accessible during all three (3) operational shifts: to accept orders, supervise temporary contracted staff, and ensure the proper quantity of qualified trained temporary contracted staff are available to cover each shift, including managing leave request, absences and tardiness, as well as resulting replacement needs; ensuring temporary contracted staff are in the proper uniform; and to perform all timesheets and payroll-related duties. The Project Manager/Supervisor will be responsible for the evaluation, counseling, and disciplinary actions, to include suspensions and terminations of the temporary contracted staff. The Contractor must provide to PPE’s Contract Administrator an emergency contact phone number with messaging capabilities and an email address to accept orders and messages 24 hours a day, 7 days a week. A schedule must be provided to PPE’s Contract Administrator of Project Manager/Supervisor to ensure availability. The Project Manager/Supervisor will respond to PPE inquiries within two (2) hours. Failure to do so will result in PPE enforcing the “Default” clause of this contract.

3.

The Project Manager/Supervisor will have the ability and authority to make routine and emergency decisions regarding all temporary contracted staff during the twenty (24) hour, seven (7) day a week operation of the PPE. Contractor will assign a Project Manager/Supervisor who will coordinate all temporary contracted staffing needs for PPE, including providing temporary contracted staff to substitute for PPE classified toll collectors and back-office staff during vacations, State declared holidays, weekends and other leave/absences.

4.

The Project Manager/Supervisor and/or Contractor will respond immediately when notified that temporary contracted staff has been injured. The Project Manager/Supervisor will hold the responsibility to handle all communications with the hospital or treatment facility, complete all required paperwork and assist the injured employee with transportation, notification of family/emergency designated contact, and other logistical matters. The Project Manager/Supervisor and or Contractor will assist VDOT and public safety personnel with any investigation arising from the job-related injuries of temporary contracted staff occurring on PPE/State-owned property. 10

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

5.

The Project Manager/Supervisor will conduct, at a minimum, bi-monthly on-site inspections of its temporary contracted staff to determine the overall quality of work performance, job knowledge, conduct, appearance, and effectiveness of toll collector and back-office training. The Project Manager/Supervisor will provide a written detailed report to PPE’s Contract Administrator of these inspections/evaluations. The report will be provided to PPE’s Contract Administrator no later than the 10th of each month following the inspections/evaluations. Within the first thirty (30) days of the assignment and at regularly scheduled six (6) month intervals thereafter, the Project Manager/Supervisor will conduct performance appraisals for each temporary contracted staff assigned to PPE. The Project Manager will monitor the work habits, accuracy, customer service, documentation, security of work area, and other State assets as prescribed in PPE’s Standard of Operations Procedures. The Project Manager/Supervisor will monitor the performances of all temporary contracted staff to ensure that all duties are performed in accordance with the job specifications for each position required in the RFP.

G. Temporary Toll Collector Staff Requirements The Contractor shall provide temporary contracted staff in accordance with PPE requirements for weekday, weekend, and holiday shifts, as well as during inclement weather conditions as established by PPE to ensure that the PPE is adequately staffed on all three (3) operational shifts, 24/7/365. Emergency staffing requests during nights, weekends, and holidays may occur and the Contractor will be required to accommodate toll collection and back-off staff needs in such situations. a. The Contractor’s temporary contracted staff assigned to PPE must be 18 years of age or older. b. All temporary contracted staff assigned to PPE must be fluent in the English language, both verbally and in writing. Temporary contracted staff must be able to comprehend and respond in English to spoken and written instructions and requests. c. The Contractor must ensure that temporary contracted staff is capable of carrying a cash fund tray weighing at least 20 lbs. d.

The Contractor must ensure that temporary contracted staff is capable of working all three shifts.

e. The Contractor must ensure that temporary staff has reliable transportation for transitioning between mainline plaza and remote plazas. f. Temporary toll collectors shall be required to wear white polo-styled shirts and black trousers, jeans, or shorts that are no more than 2 inches above the knee. Shoes must be flat and have a rubber soles, with no open heels or open toes. Coats, jackets, hats or sweatshirts are required to be dark black with no logos. The toll collection back-office staff and custodian will be required to wear steel-toe safety shoes in compliance with VDOT safety standards. Administrative support will have direct contact with the public and will be required to dress in business casual attire. It Contractor must ensure that all temporary contracted staff is dressed in the required uniform when reporting to work assignments at PPE. Failure to do so may result in PPE enforcing the “Default” clause of this contract. g. All temporary contracted staff will be issued VDOT contractor identification badges by VDOT Personnel Security Section upon successful completion of background check process. The Contractor will be responsible for ensuring that all identification badges are current and worn at all times while in the performance of assigned duties. All VDOT contractor identification badges are 11

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

the property of VDOT and must be returned to VDOT upon separation for any reason, to include short-term leave (work absences for thirty (30) days). h. PPE will issue the temporary contracted staff with safety vests and provide all forms necessary to conduct toll collection operations. All items issued to the temporary contracted staff shall remain the property of PPE. i. The PPE’s Contract Administrator will monitor all patron complaints and provide the Contractor copies of the complaints that are related temporary contracted staff. The Contractor shall review all complaints and implement the appropriate disciplinary actions to correct any customer service deficiencies. PPE reserves the right to refuse continued use of any of the temporary contracted staff who fails to meet the required customer service standards as prescribed by PPE/VDOT. j. Toll collection services shall be performed at such times, dates, and locations (ramps and mainline) as deemed necessary by PPE/VDOT. PPE will not guarantee a minimum number of weekly hours for temporary contracted staff. (PPE WILL NOT PAY OVERTIME RATES FOR ANY POSITION REQUESTED IN THIS CONTRACT.) k. Normal working hours for toll collectors shall be defined (but not limited to), the following 24/7/365 schedules: 6:00 a.m. 4:00 a.m. 7:30 a.m. 5:00 a.m. 2:00 p.m. 3:00 p.m. 10:00 p.m.

to to to to to to to

2:00 p.m. 2:00 p.m. 1:30 p.m. 9:00 a.m. 10:00 p.m. 9:30 p.m. 2:00 a.m.

l. Normal work schedules for back-office staff shall be defined as: 7:00 a.m. 3:00 p.m. 11:00 p.m.

to to to

3:00 p.m. 11:00 p.m. 7:00 a.m.

m. Normal work schedule for custodian/groundskeeper shall be defined as: 6:30 a.m. to 3:00 p.m. (Monday through Friday) n. No payments will be made for lunch periods. One fifteen (15 minute) break will be provided for every four (4) hours worked. o. The Contract must factor in this proposal the sufficient number of hours and temporary contracted staff necessary to cover all breaks for all toll collectors working at all locations. p. The Contractor must ensure that all temporary contracted staff report to work on time and must be in position to start work shift at the times indicated in this proposal. Tardiness impacts toll collections services, causing lane closures, loss of revenue, and creates public dissatisfaction. To recover loss of revenue, PPE will exercise the “Default” clause identified in this RFP. 12

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

q. In addition to required regular work schedules, Contractor must provide qualified temporary contracted staff for all call-offs (absences/leaves) of classified/state toll collection staff. The Contractor must also provide 24/7/365 full coverage (toll collectors and back-office staff) on all three (3) operations shifts for all weekends and all State-declared holidays. r. The Contractor shall provide prices for each required position. The Contractor’s proposed price implies that the Contractor is able to meet the quantity requirements and to satisfy or exceed the service level/quality prescribed in the RFP. For effective and continuous toll collections operations, the Contractor’s temporary contracted staff shall be required to work no less than four (4) hours per shift. s. The Contractor shall pay all temporary contract staff at least the federal minimum wage rate. t. The Contractor shall submit for each required position the bill rate pay rate to be used in their cost proposal along with their percentage markup and pay rate. For any hours worked by toll collectors in excess of 40 hours, the Contractor shall be paid at the bill rate, hour for hour. The Contractor shall pay to the temporary contracted staff any overtime, in accordance with the Fair Labor Standards Act, which may arise due to staffing shortages. PPE will not be billed or pay any overtime for services. This standard includes any temporary contracted staff working more than eight (8) hours per day or over forty (40) hours per week. (NO OVER TIME RATES WILL BE ALLOWED ON THIS CONTRACT). H. PPE Responsibilities 1. PPE’s Contract Administrator shall be authorized to request all temporary contracted staff positions and shall communicate all such orders/requests directly to the Contractor. With the exception of emergency staffing requests, the Contractor shall fill the job requests within three (3) working days of receipt of the job request and provide written confirmation to PPE’s Contract Administrator. 2. PPE shall provide State-regulated safety vest, proximity cards, PPE-issued ID badges, cash fund trays, and parking permits. PPE will issue a safety vest and all forms necessary to conduct toll collection operations. The Contractor and PPE’s Contract Administrator shall ensure that all temporary contracted staff are provided the adequate level of access to computer systems and tolling equipment by using individually-assigned proximity cards ONLY. All PPE/State-owned and issued equipment and supplies shall remain the property of PPE and any loss, damaged, non-returned items shall be reimbursed by the Contractor to PPE at the replacement rate. 3. PPE will report in writing to the Contractor/Project Manager/Supervisor any noted job performance and/or behavioral deficiencies of the temporary contracted staff. 4. PPE’s Contract Administrator will communicate immediately to the Project Manager/Supervisor and/or Contractor in the event PPE is aware that temporary contracted staff is injured. The Project Manager/Supervisor and/or Contractor shall respond immediately to communicate directly with the hospital/ treatment center; communicate with emergency contacts; to complete all required paperwork; assist temporary contracted staff with transportation, and other logistical matters. The Contractor shall assist PPE/VDOT and public safety personnel with any investigation arising from any job-related injuries on State-owned property. 5. PPE reserves the right to propose other work schedules that provide twenty (24) hour, seven (7) days a week coverage. 13

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

V. PROPOSAL PREPARATION AND SUBMISSION INSTRUCTIONS: 1. GENERAL INSTRUCTIONS: 1. RFP Response: In order to be considered for selection, Offerors must submit a complete response to this RFP. One (1) original, Five (5) full copies and one (1) electronic copy in .pdf format (CD or flash drive), and one (1) redacted hard copy and one (1) electronic redacted copy in pdf format (CD or flash drive), if there is proprietary information, of each proposal must be submitted to the Department. The redacted version of the proposal must have all proprietary information deleted that has been marked as proprietary. Section numbers which are redacted should be identified as follows: Example: Section 3, paragraph B: “Redacted”. The redacted version of the proposal must be carefully edited, altered, and refined by the Offeror in order to protect and maintain complete confidentiality of protected information. VDOT will not accept responsibility for any public disclosure of proprietary information that is a result of improper redaction by the Offeror. No other distribution of the proposal shall be made by the Offeror. 2. Proposal Preparation: a.

Proposals shall be signed by an authorized representative of the Offeror. All information requested should be submitted. Failure to submit all information requested may result in the Department requiring prompt submission of missing information and/or giving a lowered evaluation of the proposal. Proposals which are substantially incomplete or lack key information may be rejected by the Department. Mandatory requirements are those required by law or regulation or are such that they cannot be waived and are not subject to negotiation.

b.

Proposals should be prepared simply and economically, providing a straightforward, concise description of capabilities to satisfy the requirements of the RFP. Emphasis should be placed on completeness and clarity of content.

c.

Proposals should be organized in the order in which the requirements are presented in the RFP. All pages of the proposal should be numbered. Each paragraph in the proposal should reference the paragraph number of the corresponding section of the RFP. It is also helpful to cite the paragraph number, sub letter, and repeat the text of the requirement as it appears in the RFP. If a response covers more than one page, the paragraph number and sub letter should be repeated at the top of the next page. The proposal should contain a table of contents which cross-references the RFP requirements. Information which the Offeror desires to present that does not fall within any of the requirements of the RFP should be inserted at an appropriate place or be attached at the end of the proposal and designated as additional material. Proposals that are not organized in this manner risk elimination from consideration if the evaluators are unable to find where the RFP requirements are specifically addressed.

d.

As used in this RFP, the terms "must", "shall", "should" and “may” identify the criticality of requirements. "Must" and "shall" identify requirements whose absence will have a major negative impact on the suitability of the proposed solution. Items labeled as "should" or “may” are highly desirable, although their absence will not have a large impact and would be useful, but are not necessary. Depending on the overall response to the RFP, some individual "must" and "shall" items may not be fully satisfied, but it is the intent to satisfy most, if not all, "must" and "shall" requirements. The inability of an Offeror to satisfy a "must" or "shall" requirement does not automatically remove that Offeror from consideration; however, it may seriously affect the overall rating of the Offerors’ proposal.

14

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

e.

Each copy of the proposal should be bound or contained in a single volume, bound in a three (3) ring binder, where practical (except the Pricing Schedule, which should be in its own envelope). All documentation submitted with the proposal should be contained in that single volume. It is preferable that pricing be provided in a separate envelope within the proposal package. Other proposal format requirements include:  

8½ x 11 inch page size (larger pages are allowed for figures or tables, but they must be folded into the overall proposal and used sparingly). Number of pages limited to no more than Fifty (50) (excluding financial statements, professional licenses, resumes, RFP attachments and appendices), with at least 11 point font.

f.

Ownership of all data, materials, and documentation originated and prepared for the State pursuant to the RFP shall belong exclusively to the State and be subject to public inspection in accordance with the Virginia Freedom of Information Act.

g.

Trade secrets or proprietary information submitted by an Offeror shall not be subject to public disclosure under the Virginia Freedom of Information Act; however, the Offeror must invoke the protections of § 2.2-4342F of the Code of Virginia, in writing, either before or at the time the data or other material is submitted. The written notice must specifically identify the data or materials to be protected and state the reasons why protection is necessary. The proprietary or trade secret material submitted must be identified by some distinct method such as highlighting or underlining and must indicate only the specific words, figures, or paragraphs that constitute trade secret or proprietary information. The classification of an entire proposal document, line item prices, and/or total proposal prices as proprietary or trade secrets is not acceptable and will result in rejection of the proposal. Offerors must provide with their proposal a summary of any proprietary information using the Attachment D, Proprietary/Confidential Information Summary Form that is attached to this RFP.

3. Oral Presentation: Offerors who submit a proposal in response to this RFP may be required to give an oral presentation of their proposal to the agency. This provides an opportunity for the Offeror to clarify or elaborate on the proposal. This is a fact finding and explanation session only and does not include negotiation. The issuing agency will schedule the time and location of these presentations. Oral presentations are an option of the purchasing agency and may or may not be conducted. 2. SPECIFIC PROPOSAL INSTRUCTIONS: Proposals should be as thorough and detailed as possible so that the Virginia Department of Transportation may properly evaluate your capabilities to provide the required goods/services. Offerors are required to submit the following items as a complete proposal: TAB 1: COMMITMENT OF OFFEROR 1. Return the RFP cover sheet and all addenda acknowledgments, if any, signed and filled out as required. 2. Offeror shall submit a Proprietary/Confidential Information Summary Form, Attachment D and State Corporation Commission Form, Attachment E; 3. Provide a statement clarifying whether the proposal includes all requirements of the Statement of Needs and that your firm accepts the Commonwealth’s General Terms and Conditions and Special 15

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

Terms and Conditions without modification or exception. It is the Offeror’s responsibility to make all partners, subcontractors and/or third-party providers aware of these requirements. TAB 2: SPECIFIC PLANS OR METHODOLOGY APPROACH 1. Specific plans for providing the proposed goods/services including: a. List of proposed equipment/goods/etc. including operating parameters, illustrations, etc. b. What, when and how the service will be performed. c. Time frame for completion (if not otherwise specified by the agency in the statement of needs). Specific plans or methodology to be used to perform the services: This section should describe the Offeror’s intended approach and methodology to provide the services. a. The approach description shall contain a staffing plan with associated organizational charts indicating the resources and individuals to be dedicated to the services required and to include your proposed process for recruiting additional staffing to fulfill the requirements of the RFP, if additional personnel are required. b. The staffing plan should include the number, names where possible, and the related experience of the employees to be assigned to the contract. c. The staffing plan should include the ability of the Offeror and/or the Offeror’s team to respond in a timely manner (if not otherwise specified by the agency in the statement of needs) to include emergency response to requests from PPE, and the Offeror and/or the Offeror’s team resources to be dedicated to the provision of the services required. d. List of proposed equipment/goods/etc. including operating parameters, illustrations, etc. TAB 3 EXPERIENCE AND QUALIFICATIONS OF FIRM 1. A written narrative statement to include: a. Experience in providing the goods/services described herein. b. Offeror Data Sheet, Attachment A, included as an attachment to the RFP, Experience and qualifications of the Offeror and experience and qualifications of personnel: A written narrative statement to include the Offeror’s understanding of the goals and stated objectives of this RFP and qualifications of the Offeror key personnel and the Offeror’s assigned administrative personnel to include: a. Provide Offeror Data Sheet, Attachment A, as referenced in the RFP, on Page 41. a. Assigned Key Individual(s): Provide name, title, organization, address, office number, mobile number, (1-800) number, fax number and email address for the necessary key personnel on this project. b. Contact person(s) who is responsible for coordinating the Offeror’s response to the RFP. c. Person who is authorized to act on behalf of the Offeror and bind the Offeror to all commitments made in the proposal and subsequent negotiations. d. Person who shall serve as the primary contact person. This person shall have overall responsibility for ensuring compliance with all aspects of this RFP.

16

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

TAB 4: EXPERIENCE AND QUALIFICATION OF KEY PERSONNEL 1. Experience and Qualifications of Personnel a. Names, qualifications and experience of personnel to be assigned to the project. b. Resumes of staff to be assigned to the project. TAB 5: SMALL BUSINESS SUBCONTRACTING PLAN Offeror shall submit (Attachment B), Small Business Subcontracting Plan, and indicate its Planned utilization of Department of Minority Business Enterprise (DMBE) certified small businesses under the resulting contract and Offeror’s status as a DMBE certified small business in accordance with instructions of Attachment B. TAB 6: PRICE Proposed Price. It is preferable that the pricing Schedule ATTACHMENT G; be provided in a separate envelope within the proposal package. TAB 7: ADDITIONAL MATERIAL Additional Material: Provide any additional information that you wish to present that is pertinent to the RFP but does not fall within any of the requirements of the RFP. C. RECEIPT OF PROPOSALS / LATE PROPOSALS: It is the Offerors responsibility to insure that his/her proposal is received prior to or at the specific time and the place designated in the RFP. Proposals received after the date and time specified for receipt shall not be considered. Proposals not received at the time and place designated (Central Office Mail Center, Loading Dock Entrance, 1401 E. Broad Street, Richmond, Virginia 23219, even if they are received at other VDOT offices/locations will be considered late. No responsibility will be attached to any VDOT personnel for the premature opening of a proposal not properly addressed and identified on the outside of a sealed envelope. The provisions of 2.2-4342 of the Code of Virginia, as amended shall be applicable to the inspection of proposals received. VI. EVALUATION AND AWARD CRITERIA: Proposals shall be evaluated by the Virginia Department of Transportation using the following criteria. Specific plans or methodology to be used to perform the services Experience and qualifications of firm Experience and qualification personnel assigned to perform the services Small Business Subcontracting Plan Price Total Value Points

17

20 100

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

A. AWARD OF CONTRACT: AWARD: Selection shall be made to two or more Offerors deemed to be fully qualified and best suited among those submitting proposals on the basis of the evaluation factors included in the Request for Proposals, including price, if so stated in the Request for Proposals. Negotiations shall be conducted with the Offerors so selected. Price shall be considered, but need not be the sole determining factor. After negotiations have been conducted with each Offeror so selected, the agency shall select the Offeror which, in its opinion, has made the best proposal, and shall award the contract to that Offeror. The Commonwealth may cancel this Request for Proposals or reject proposals at any time prior to an award, and is not required to furnish a statement of the reasons why a particular proposal was not deemed to be the most advantageous (Code of Virginia, § 2.2-4359D). Should the Commonwealth determine in writing and in its sole discretion that only one Offeror is fully qualified, or that one Offeror is clearly more highly qualified than the others under consideration, a contract may be negotiated and awarded to that Offeror. The award document will be a contract incorporating by reference all the requirements, terms and conditions of the RFP and the contractor’s proposal as negotiated. VII. REPORTING AND DELIVERY INSTRUCTIONS: 1. After the contract has been awarded, the Contractor must provide PPE Contract Administrator Debra Jolly [email protected] 804-378-3406 with a detailed staffing schedule prior to June 01, 2014 to ensure that PPE will be fully staffed and operational with all positions listed on the contract. This staffing schedule and roster will identify assignments for all positions working on all three (3) shifts beginning – 12:01 A.M. on June 01, 2014. 2. Meetings and Reviews: VDOT will hold an implementation meeting with the successful Contractor at a place and time selected by PPE for the purpose of reviewing the Contractor’s schedules, procedures, methods, business approaches, and to clarify any questions that may exist. The Contractor’s Principal Officer and Project Manager/Supervisor shall attend the implementation meeting. There will be no cost to PPE for the meeting. 3. PPE’s Contract Administrator, the Contractor, and Project Manager/Supervisor shall hold monthly meetings throughout the duration of the resulting contract to discuss and resolve issues related to job performances, administration and the effective operations of the services provided. These meetings shall also include discussions of the Project Manager/Supervisor responsiveness to managing temporary contracted staff work schedules, leave requests, absences, tardiness and other performance issues. There will be no cost to PPE for these meetings. 4. SWAM Reporting: If the Contractor is not a DMBE Certified Small Business, the Contractor shall provide to the Department in a form as requested by the VDOT documentation that the Contractor has utilized SWAM in accordance with the Contractor’s SWAM utilization plan. (Attachment B). 5. The Project Manager/Supervisor will conduct, at a minimum, bi-monthly on-site inspections of its temporary contracted staff to determine the overall quality of work performance, job knowledge, conduct, appearance, and effectiveness of toll collector and back-office training. The Project Manager/Supervisor will provide a written detailed report to PPE’s Contract Administrator of these inspections/evaluations. The report will be provided to PPE’s Contract Administrator no later than the 10th of each month following the inspections/evaluations. Within the first thirty (30) days of the assignment and at regularly scheduled six (6) month intervals thereafter. 18

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

VIII. PRE-PROPOSAL CONFERENCE (OPTIONAL): OPTIONAL PREPROPOSAL CONFERENCE: An optional preproposal conference will be held on February 03, 2014 @ 10:00 AM at 1221 East Broad Street, Richmond, VA 23219. The purpose of this conference is to allow potential offerors an opportunity to present questions and obtain clarification relative to any facet of this RFP. While attendance at this conference will not be a prerequisite to submitting a proposal, offerors who intend to submit a proposal are encouraged to attend. Bring a copy of the RFP with you. Any changes resulting from this conference will be issued in a written addendum to the RFP. IX. GENERAL TERMS AND CONDITIONS: A.

VENDORS MANUAL: This RFP is subject to the provisions of the Commonwealth of Virginia Vendors Manual and any changes or revisions thereto, which are hereby incorporated into this contract in their entirety. The procedure for filing contractual claims is in section 7.19 of the Vendors Manual. A copy of the manual is normally available for review at the purchasing office and is accessible on the Internet at www.eva.virginia.gov under “Vendors Manual” on the vendors tab.

B.

APPLICABLE LAWS AND COURTS: This RFP and any resulting contract shall be governed in all respects by the laws of the Commonwealth of Virginia and any litigation with respect thereto shall be brought in the courts of the Commonwealth. The agency and the contractor are encouraged to resolve any issues in controversy arising from the award of the contract or any contractual dispute using Alternative Dispute Resolution (ADR) procedures (Code of Virginia, § 2.2-4366). ADR procedures are described in Chapter 9 of the Vendors Manual. The contractor shall comply with all applicable federal, state and local laws, rules and regulations.

C.

ANTI-DISCRIMINATION: By submitting their proposals, offerors certify to the Commonwealth that they will conform to the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Virginia Fair Employment Contracting Act of 1975, as amended, where applicable, the Virginians With Disabilities Act, the Americans With Disabilities Act and § 2.2-4311 of the Virginia Public Procurement Act (VPPA). If the award is made to a faith-based organization, the organization shall not discriminate against any recipient of goods, services, or disbursements made pursuant to the contract on the basis of the recipient's religion, religious belief, refusal to participate in a religious practice, or on the basis of race, age, color, gender or national origin and shall be subject to the same rules as other organizations that contract with public bodies to account for the use of the funds provided; however, if the faith-based organization segregates public funds into separate accounts, only the accounts and programs funded with public funds shall be subject to audit by the public body. (Code of Virginia, § 2.2-4343.1E). In every contract over $10,000 the provisions in 1. and 2. below apply: 1. During the performance of this contract, the contractor agrees as follows: a. The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and 19

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

applicants for employment, notices setting forth the provisions of this nondiscrimination clause. b. The contractor, in all RFPs or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer. c. Notices, advertisements and RFPs placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting these requirements. 2. The contractor will include the provisions of 1 above in every subcontract or purchase order over $10,000, so that the provisions will be binding upon each subcontractor or vendor. D.

ETHICS IN PUBLIC CONTRACTING: By submitting their proposals, offerors certify that their proposals are made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other offeror, supplier, manufacturer or subcontractor in connection with their proposal, and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged.

E.

IMMIGRATION REFORM AND CONTROL ACT OF 1986: By entering into a written contract with the Commonwealth of Virginia, the Contractor certifies that the Contractor does not, and shall not during the performance of the contract for goods and services in the Commonwealth, knowingly employ an unauthorized alien as defined in the federal Immigration Reform and Control Act of 1986.

F.

DEBARMENT STATUS: By submitting their proposals, offerors certify that they are not currently debarred by the Commonwealth of Virginia from submitting proposals or proposals on contracts for the type of goods and/or services covered by this RFP, nor are they an agent of any person or entity that is currently so debarred.

G.

ANTITRUST: By entering into a contract, the contractor conveys, sells, assigns, and transfers to the Commonwealth of Virginia all rights, title and interest in and to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the Commonwealth of Virginia, relating to the particular goods or services purchased or acquired by the Commonwealth of Virginia under said contract.

H.

MANDATORY USE OF STATE FORM AND TERMS AND CONDITIONS FOR RFPs: Failure to submit a proposal on the official state form provided for that purpose may be a cause for rejection of the proposal. Modification of or additions to the General Terms and Conditions of the RFP may be cause for rejection of the proposal; however, the Commonwealth reserves the right to decide, on a case by case basis, in its sole discretion, whether to reject such a proposal.

I.

CLARIFICATION OF TERMS: If any prospective offeror has questions about the specifications or other RFP documents, the prospective offeror should contact the buyer whose name appears on the face of the RFP no later than five working days before the due date. Any revisions to the RFP will be made only by addendum issued by the buyer.

20

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

J.

PAYMENT: 1. To Prime Contractor: a. Invoices for items ordered, delivered and accepted shall be submitted by the contractor directly to the payment address shown on the purchase order/contract. All invoices shall show the state contract number and/or purchase order number; social security number (for individual contractors) or the federal employer identification number (for proprietorships, partnerships, and corporations). b. Any payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery, whichever occurs last. This shall not affect offers of discounts for payment in less than 30 days, however. c. All goods or services provided under this contract or purchase order, that are to be paid for with public funds, shall be billed by the contractor at the contract price, regardless of which public agency is being billed. d. The following shall be deemed to be the date of payment: the date of postmark in all cases where payment is made by mail, or the date of offset when offset proceedings have been instituted as authorized under the Virginia Debt Collection Act. e. Unreasonable Charges. Under certain emergency procurements and for most time and material purchases, final job costs cannot be accurately determined at the time orders are placed. In such cases, contractors should be put on notice that final payment in full is contingent on a determination of reasonableness with respect to all invoiced charges. Charges which appear to be unreasonable will be researched and challenged, and that portion of the invoice held in abeyance until a settlement can be reached. Upon determining that invoiced charges are not reasonable, the Commonwealth shall promptly notify the contractor, in writing, as to those charges which it considers unreasonable and the basis for the determination. A contractor may not institute legal action unless a settlement cannot be reached within thirty (30) days of notification. The provisions of this section do not relieve an agency of its prompt payment obligations with respect to those charges which are not in dispute (Code of Virginia, § 2.2-4363). 2. To Subcontractors: a. A contractor awarded a contract under this RFP is hereby obligated: (1) To pay the subcontractor(s) within seven (7) days of the contractor’s receipt of payment from the Commonwealth for the proportionate share of the payment received for work performed by the subcontractor(s) under the contract; or (2) To notify the agency and the subcontractor(s), in writing, of the contractor’s intention to withhold payment and the reason. b. The contractor is obligated to pay the subcontractor(s) interest at the rate of one percent per month (unless otherwise provided under the terms of the contract) on all amounts owed by the contractor that remain unpaid seven (7) days following receipt of payment from the Commonwealth, except for amounts withheld as stated in (2) above. The date of mailing of 21

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

any payment by U. S. Mail is deemed to be payment to the addressee. These provisions apply to each sub-tier contractor performing under the primary contract. A contractor’s obligation to pay an interest charge to a subcontractor may not be construed to be an obligation of the Commonwealth. 3. Each prime contractor who wins an award in which provision of a SWAM procurement plan is a condition to the award, shall deliver to the contracting agency or institution, on or before request for final payment, evidence and certification of compliance (subject only to insubstantial shortfalls and to shortfalls arising from subcontractor default) with the SWAM procurement plan. Final payment under the contract in question may be withheld until such certification is delivered and, if necessary, confirmed by the agency or institution, or other appropriate penalties may be assessed in lieu of withholding such payment. 4. The Commonwealth of Virginia encourages contractors and subcontractors to accept electronic and credit card payments. K.

PRECEDENCE OF TERMS: The following General Terms and Conditions VENDORS MANUAL, APPLICABLE LAWS AND COURTS, ANTI-DISCRIMINATION, ETHICS IN PUBLIC CONTRACTING, IMMIGRATION REFORM AND CONTROL ACT OF 1986, DEBARMENT STATUS, ANTITRUST, MANDATORY USE OF STATE FORM AND TERMS AND CONDITIONS, CLARIFICATION OF TERMS, PAYMENT shall apply in all instances. In the event there is a conflict between any of the other General Terms and Conditions and any Special Terms and Conditions in this RFP, the Special Terms and Conditions shall apply.

L.

QUALIFICATIONS OF OFFERORS: The Commonwealth may make such reasonable investigations as deemed proper and necessary to determine the ability of the offeror to perform the services/furnish the goods and the offeror shall furnish to the Commonwealth all such information and data for this purpose as may be requested. The Commonwealth reserves the right to inspect Offeror’s physical facilities prior to award to satisfy questions regarding the Offeror’s capabilities. The Commonwealth further reserves the right to reject any proposal if the evidence submitted by, or investigations of, such offeror fails to satisfy the Commonwealth that such offeror is properly qualified to carry out the obligations of the contract and to provide the services and/or furnish the goods contemplated therein.

M.

TESTING AND INSPECTION: The Commonwealth reserves the right to conduct any test/inspection it may deem advisable to assure goods and services conform to the specifications.

N.

ASSIGNMENT OF CONTRACT: A contract shall not be assignable by the contractor in whole or in part without the written consent of the Commonwealth.

O.

CHANGES TO THE CONTRACT: Changes can be made to the contract in any of the following ways: 1. The parties may agree in writing to modify the terms, conditions, or scope of the contract. Any additional goods or services to be provided shall be of a sort that is ancillary to the contract goods or services, or within the same broad product or service categories as were included in the contract award. Any increase or decrease in the price of the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement to modify the scope of the contract. 22

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

2. The Purchasing Agency may order changes within the general scope of the contract at any time by written notice to the contractor. Changes within the scope of the contract include, but are not limited to, things such as services to be performed, the method of packing or shipment, and the place of delivery or installation. The contractor shall comply with the notice upon receipt, unless the contractor intends to claim an adjustment to compensation, schedule, or other contractual impact that would be caused by complying with such notice, in which case the contractor shall, in writing, promptly notify the Purchasing Agency of the adjustment to be sought, and before proceeding to comply with the notice, shall await the Purchasing Agency's written decision affirming, modifying, or revoking the prior written notice. If the Purchasing Agency decides to issue a notice that requires an adjustment to compensation, the contractor shall be compensated for any additional costs incurred as the result of such order and shall give the Purchasing Agency a credit for any savings. Said compensation shall be determined by one of the following methods: a. By mutual agreement between the parties in writing; or b. By agreeing upon a unit price or using a unit price set forth in the contract, if the work to be done can be expressed in units, and the contractor accounts for the number of units of work performed, subject to the Purchasing Agency’s right to audit the contractor’s records and/or to determine the correct number of units independently; or c. By ordering the contractor to proceed with the work and keep a record of all costs incurred and savings realized. A markup for overhead and profit may be allowed if provided by the contract. The same markup shall be used for determining a decrease in price as the result of savings realized. The contractor shall present the Purchasing Agency with all vouchers and records of expenses incurred and savings realized. The Purchasing Agency shall have the right to audit the records of the contractor as it deems necessary to determine costs or savings. Any claim for an adjustment in price under this provision must be asserted by written notice to the Purchasing Agency within thirty (30) days from the date of receipt of the written order from the Purchasing Agency. If the parties fail to agree on an amount of adjustment, the question of an increase or decrease in the contract price or time for performance shall be resolved in accordance with the procedures for resolving disputes provided by the Disputes Clause of this contract or, if there is none, in accordance with the disputes provisions of the Commonwealth of Virginia Vendors Manual. Neither the existence of a claim nor a dispute resolution process, litigation or any other provision of this contract shall excuse the contractor from promptly complying with the changes ordered by the Purchasing Agency or with the performance of the contract generally. P.

DEFAULT: In case of failure to deliver goods or services in accordance with the contract terms and conditions, the Commonwealth, after due oral or written notice, may procure them from other sources and hold the contractor responsible for any resulting additional purchase and administrative costs. This remedy shall be in addition to any other remedies which the Commonwealth may have.

S.

TRANSPORTATION AND PACKAGING: By submitting their proposals, all offerors certify and warrant that the price offered for FOB destination includes only the actual freight rate costs at the lowest and best rate and is based upon the actual weight of the goods to be shipped. Except as otherwise specified herein, standard commercial packaging, packing and shipping containers shall be used. All shipping containers shall be legibly marked or labeled on the outside with purchase order number, commodity description, and quantity. 23

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

T.

INSURANCE: By signing and submitting a bid or proposal under this RFP, the offeror or offeror certifies that if awarded the contract, it will have the following insurance coverage at the time the contract is awarded. For construction contracts, if any subcontractors are involved, the subcontractor will have workers’ compensation insurance in accordance with §§ 2.2-4332 and 65.2-800 et seq. of the Code of Virginia. The offeror or offeror further certifies that the contractor and any subcontractors will maintain this insurance coverage during the entire term of the contract and that all insurance coverage will be provided by insurance companies authorized to sell insurance in Virginia by the Virginia State Corporation Commission. MINIMUM INSURANCE COVERAGES AND LIMITS REQUIRED FOR MOST CONTRACTS: 1. Workers’ Compensation - Statutory requirements and benefits. Coverage is compulsory for employers of three or more employees, to include the employer. Contractors who fail to notify the Commonwealth of increases in the number of employees that change their workers’ compensation requirements under the Code of Virginia during the course of the contract shall be in noncompliance with the contract. 2. Employer’s Liability - $100,000. 3. Commercial General Liability - $1,000,000 per occurrence and $2,000,000 in the aggregate. Commercial General Liability is to include bodily injury and property damage, personal injury and advertising injury, products and completed operations coverage. The Commonwealth of Virginia must be named as an additional insured and so endorsed on the policy. 4. Automobile Liability - $1,000,000 combined single limit. (Required only if a motor vehicle not owned by the Commonwealth is to be used in the contract. Contractor must assure that the required coverage is maintained by the Contractor (or third party owner of such motor vehicle.)

U.

ANNOUNCEMENT OF AWARD: Upon the award or the announcement of the decision to award a contract as a result of this RFP, the purchasing agency will publicly post such notice on the DGS/DPS eVA VBO (www.eva.virginia.gov) for a minimum of 10 days.

V.

DRUG-FREE WORKPLACE: During the performance of this contract, the contractor agrees to (i) provide a drug-free workplace for the contractor's employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all RFPs or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. For the purposes of this section, “drug-free workplace” means a site for the performance of work done in connection with a specific contract awarded to a contractor, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract.

W.

NONDISCRIMINATION OF CONTRACTORS: A offeror, or contractor shall not be discriminated against in the RFP or award of this contract because of race, religion, color, sex, national origin, age, disability, faith-based organizational status, any other basis prohibited by state 24

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

law relating to discrimination in employment or because the offeror or offeror employs ex-offenders unless the state agency, department or institution has made a written determination that employing ex-offenders on the specific contract is not in its best interest. If the award of this contract is made to a faith-based organization and an individual, who applies for or receives goods, services, or disbursements provided pursuant to this contract objects to the religious character of the faith-based organization from which the individual receives or would receive the goods, services, or disbursements, the public body shall offer the individual, within a reasonable period of time after the date of his objection, access to equivalent goods, services, or disbursements from an alternative provider. X.

eVA BUSINESS-TO-GOVERNMENT VENDOR REGISTRATION, CONTRACTS, AND ORDERS: The eVA Internet electronic procurement solution, website portal www.eVA.virginia.gov, streamlines and automates government purchasing activities in the Commonwealth. The eVA portal is the gateway for vendors to conduct business with state agencies and public bodies. All vendors desiring to provide goods and/or services to the Commonwealth shall participate in the eVA Internet eprocurement solution by completing the free eVA Vendor Registration. All offerors or offerors must register in eVA and pay the Vendor Transaction Fees specified below; failure to register will result in the bid/proposal being rejected. Vendor transaction fees are determined by the date the original purchase order is issued and the current fees are as follows: a. For orders issued July 1, 2011 thru December 31, 2013, the Vendor Transaction Fee is: (i) DMBE-certified Small Businesses: 0.75%, capped at $500 per order. (ii) Businesses that are not DMBE-certified Small Businesses: 0.75%, capped at $1,500 per order. b. For orders issued January 1, 2014 and after, the Vendor Transaction Fee is: (i) DMBE-certified Small Businesses: 1%, capped at $500 per order. (ii) Businesses that are not DMBE-certified Small Businesses: 1%, capped at $1,500 per order. For orders issued prior to July 1, 2011 the vendor transaction fees can be found at www.eVA.virginia.gov. The specified vendor transaction fee will be invoiced, by the Commonwealth of Virginia Department of General Services, approximately 30 days after the corresponding purchase order is issued and payable 30 days after the invoice date. Any adjustments (increases/decreases) will be handled through purchase order changes.

Y.

AVAILABILITY OF FUNDS: It is understood and agreed between the parties herein that the agency shall be bound hereunder only to the extent of the funds available or which may hereafter become available for the purpose of this agreement.

Z.

SET-ASIDES. This RFP is set-aside for DMBE-certified small business participation only when designated “SET-ASIDE FOR SMALL BUSINESSES” in the RFP. DMBE-certified small businesses are those businesses that hold current small business certification from the Virginia Department of Minority Business Enterprise. This shall not exclude DMBE-certified women-owned and minority-owned businesses when they have received the DMBE small business certification. For purposes of award, offerors shall be deemed small businesses if and only if they are certified as such by DMBE on the due date for receipt of proposals/proposals. 25

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

AA. BID PRICE CURRENCY: Unless stated otherwise in the RFP, offerors shall state bid/offer prices in US dollars. BB. AUTHORIZATION TO CONDUCT BUSINESS IN THE COMMONWEALTH: A contractor organized as a stock or nonstock corporation, limited liability company, business trust, or limited partnership or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a domestic or foreign business entity if so required by Title 13.1 or Title 50 of the Code of Virginia or as otherwise required by law. Any business entity described above that enters into a contract with a public body pursuant to the Virginia Public Procurement Act shall not allow its existence to lapse or its certificate of authority or registration to transact business in the Commonwealth, if so required under Title 13.1 or Title 50, to be revoked or cancelled at any time during the term of the contract. A public body may void any contract with a business entity if the business entity fails to remain in compliance with the provisions of this section. XI. SPECIAL TERMS AND CONDITIONS 1. ADDITIONAL INFORMATION: VDOT reserves the right to ask any Offeror to submit information missing from its proposal, to clarify, and to submit additional information which VDOT deems desirable. 2. APPROVAL OF PERSONNEL: PPE reserves the right to approve any personnel or subcontractors proposed for the work described in this RFP and/or any subsequent contract resulting from this RFP. PPE will provide written justification to the Contractor when approval is not granted. PPE will provide the Contractor with copies of all written approvals. 3. AUDIT: The contractor shall retain all books, records, and other documents relative to this contract for five (5) years after final payment, or until audited by the Commonwealth of Virginia, whichever is sooner. The agency, its authorized agents, and/or state auditors shall have full access to and the right to examine any of said materials during said period. 4. AWARD: Selection shall be made of two or more offerors deemed to be fully qualified and best suited among those submitting proposals on the basis of the evaluation factors included in the Request for Proposals, including price, if so stated in the Request for Proposals. Negotiations shall be conducted with the offerors so selected. Price shall be considered, but need not be the sole determining factor. After negotiations have been conducted with each offeror so selected, the agency shall select the offeror which, in its opinion, has made the best proposal, and shall award the contract to that offeror. The Commonwealth may cancel this Request for Proposals or reject proposals at any time prior to an award, and is not required to furnish a statement of the reasons why a particular proposal was not deemed to be the most advantageous (Code of Virginia, § 2.2-4359D). Should the Commonwealth determine in writing and in its sole discretion that only one offeror is fully qualified, or that one offeror is clearly more highly qualified than the others under consideration, a contract may be negotiated and awarded to that offeror. The award document will be a contract incorporating by reference all the requirements, terms and conditions of the RFP and the contractor’s proposal as negotiated. 5. CANCELLATION OF CONTRACT: The purchasing agency reserves the right to cancel and terminate any resulting contract, in part or in whole, without penalty, upon 60 days written notice to the contractor. In the event the initial contract period is for more than 12 months, the resulting contract may be terminated by either party, without penalty, after the initial 12 months of the contract period upon 60 days written notice to the other party. Any contract cancellation notice shall not relieve the 26

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

contractor of the obligation to deliver and/or perform on all outstanding orders issued prior to the effective date of cancellation. 6. CONFIDENTIALITY OF PERSONALLY IDENTIFIABLE INFORMATION: The contractor assures that information and data obtained as to personal facts and circumstances related to patients or clients will be collected and held confidential, during and following the term of this agreement, and unless disclosure is required pursuant to court order, subpoena or other regulatory authority, will not be divulged without the individual’s and the agency’s written consent and only in accordance with federal law or the Code of Virginia. Contractors who utilize, access, or store personally identifiable information as part of the performance of a contract are required to safeguard this information and immediately notify the agency of any breach or suspected breach in the security of such information. Contractors shall allow the agency to both participate in the investigation of incidents and exercise control over decisions regarding external reporting. Contractors and their employees working on this project may be required to sign a confidentiality will be allowed for a decrease or elimination of any estimated quantities 7. CONTINUITY OF SERVICES: a.) The Contractor recognizes that the services under this contract are vital to the Agency and must be continued without interruption and that, upon contract expiration, a successor, either the Agency or another contractor, may continue them. The Contractor agrees: (i)

To exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor; (ii) To make all Agency owned facilities, equipment, and data available to any successor at an appropriate time prior to the expiration of the contract to facilitate transition to successor; and (iii) That the Agency Contracting Officer shall have final authority to resolve disputes related to the transition of the contract from the Contractor to its successor. b) The Contractor shall, upon written notice from the Contract Officer, furnish phase-in/phase-out services for up to ninety (90) days after this contract expires and shall negotiate in good faith a plan with the successor to execute the phase-in/phase-out services. This plan shall be subject to the Contract Officer’s approval. c) The Contractor shall be reimbursed for all reasonable, pre-approved phase-in/phase-out costs (i.e., costs incurred within the agreed period after contract expiration that result from phase-in, phase-out operations) and a fee (profit) not to exceed a pro rata portion of the fee (profit) under this contract. All phase-in/phase-out work fees must be approved by the Contract Officer in writing prior to commencement of said work. 8. CONTRACTOR’s IDENTIFICATION CARDS: The Contractor, Contractor's Supervisors and employees shall carry a valid government issued picture identification card on them at all times when working on VDOT right of way or VDOT facilities and/or grounds.

27

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

9. CONTRACTUAL DISPUTES: Contractual claims arising after final payment shall be governed by Section 2.2-4363A of the Code of Virginia. This claim shall be submitted to the Commissioner of VDOT who will render a decision within 30 days. Contractual disputes arising during the course of performance shall be submitted to the Administrative Services Administrator who will make a decision in 30 working days, which will be final. Vendors will not be precluded from filing a claim at the conclusion of performance as a result of the decision made during the course of contract performance 10. DELAYS IN AWARD: Delays in award of a contract beyond the anticipated starting date may result in a change in the contract period indicated in the RFP. If this situation occurs, VDOT reserves the right to award a contract covering the period equal to or less than the initial term indicated in the RFP. 11. eVA BUSINESS-TO-GOVERNMENT CONTRACTS AND ORDERS: The RFP/contract will result in One (1) purchase order per contract year; with the eVA transaction fee specified below assessed for each order. a. For orders issued July 1, 2011 thru December 31, 2013, the Vendor Transaction Fee is: (i) DMBE-certified Small Businesses: 0.75%, capped at $500 per order. (ii) Businesses that are not DMBE-certified Small Businesses: 0.75%, capped at $1,500 per order. b. For orders issued January 1, 2014, and after, the Vendor Transaction Fee is: (i) DMBE-certified Small Businesses: 1%, capped at $500 per order. (ii) Businesses that are not DMBE-certified Small Businesses: 1%, capped at $1,500 per order. The specified vendor transaction fee will be invoiced by the Commonwealth of Virginia Department of General Services, approximately 30 days after the corresponding purchase order is issued and payable 30 days after the invoice date. Any adjustments (increases/decreases) will be handled through purchase order changes. The eVA Internet electronic procurement solution, website portal www.eva.virginia.gov, streamlines and automates government purchasing activities in the Commonwealth. The portal is the gateway for vendors to conduct business with state agencies and public bodies. Vendors desiring to provide goods and/or services to the Commonwealth shall participate in the eVA Internet e-procurement solution and agree to comply with the following: If this RFP is for a term contract, failure to provide an electronic catalog (price list) or index page catalog for items awarded will be just cause for the Commonwealth to reject your bid/offer or terminate this contract for default. The format of this electronic catalog shall conform to the eVA Catalog Interchange Format (CIF) Specification that can be accessed and downloaded from www.eVA.virginia.gov. Contractors should email Catalog or Index Page information to [email protected]. 12. E-VERIFY PROGRAM: Pursuant to Code of Virginia, §2.2-4308.2., any employer with more than an average of 50 employees for the previous 12 months entering into a contract in excess of $50,000 with any agency of the Commonwealth to perform work or provide services pursuant to such contract shall register and participate in the E-Verify program to verify information and work authorization of its newly hired employees performing work pursuant to such public contract. Any such employer who fails to comply with these provisions shall be debarred from contracting with any agency of the Commonwealth for a period up to one year. Such debarment shall cease upon the employer’s registration and participation in the E-Verify program. If requested, the employer shall present a copy of their Maintain Company page from E-Verify to prove that they are enrolled in E-Verify. 28

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

13. EXTRA CHARGES NOT ALLOWED: The proposal price shall be for complete and ready for the Commonwealth’s use, and shall include all applicable charges in the proposal; extra charges will not be allowed. 14. INDEMNIFICATION: Contractor agrees to indemnify, defend and hold harmless the Commonwealth of Virginia, its officers, agents, and employees from any claims, damages and actions of any kind or nature, whether at law or in equity, arising from or caused by the use of any materials, goods, or equipment of any kind or nature furnished by the Contractor/any services of any kind or nature furnished by the Contractor, provided that such liability is not attributable to the sole negligence of the using agency or to failure of the using agency to use the materials, goods, or equipment in the manner already and permanently described by the Contractor on the materials, goods or equipment delivered. 15. IDENTIFICATION OF PROPOSAL ENVELOPE: The signed proposal should be returned in a separate envelope or package, sealed and identified as follows: From: Name of Offeror 151321 RFP No. Toll Collection and Augmentation Services RFP Title

Feb. 21, 2014 Due Date

2:00 PM Time

Name of Contract Officer: Linda Bumgarner (804-786-0954) The envelope should be addressed as directed on Page 1 of the RFP. If a proposal not contained in the special envelope is mailed, the Offeror takes the risk that the envelope, even if marked as described above, may be inadvertently opened and the information compromised which may cause the proposal to be disqualified. Proposals may be hand delivered to the designated location in the office issuing the RFP (Virginia Department of Transportation, Central Office Mail Center, and Loading Dock Entrance, at 1401 East Broad Street, Richmond, Virginia 23219). No other correspondence or other proposals should be placed in the envelope. 16. INSPECTION OF JOB SITE: My signature on this RFP constitutes certification that I have inspected the job site and am aware of the conditions under which the work must be accomplished. Claims, as a result of failure to inspect the job site, will not be considered by the Commonwealth. See Attachment M for site map. 17. INSURANCE, MONEY AND SECURITIES: Contractor shall maintain a Broad Form Money and Securities Insurance Policy obtained from an insurance company licensed to conduct crime insurance business in the home state of the contractor and which has earned an A.M. Best Company, Inc. rating of A or better, as reflected in their most current publication, covering all money and property entrusted to the contractor by the Commonwealth of Virginia, with limits of coverage of not less than $25,000 for Loss Inside the Premises Coverage and not less than $25,000 for Loss Outside the Premises Coverage, naming the Commonwealth of Virginia as additional named insured with respect to this contract. Certificate of such protection must be presented to the purchasing agency prior to the start of the service showing name of insurance company, limits and type of coverage, term of coverage, additional insured provision and name and address of licensed insurance agent. The contractor agrees 29

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

to maintain such policy until the completion of the contract and all money and property of the Commonwealth is remitted to the Commonwealth. 18. LIMITATION OF LIABILITY: To the maximum extent permitted by applicable law, the contractor’s liability under this contract for loss or damages to government property caused by use of any defective or deficient supplies, products, equipment and/or services delivered under this contract shall be Two (2) times the amount of money paid to the contractor under this contract during the twelve month period (to include any renewals) preceding the event or circumstance giving rise to such liability. The contractor will not be liable under this contract for any indirect, incidental, special or consequential damages, or damages from loss of profits, revenue, data or use of the supplies, equipment and/or services delivered under this contract. The above limitation of liability is per incident. The limitation and exclusion of damages in the foregoing sentences will not apply, however, to liability arising from: (a) personal injury or death; (b) defect or deficiency caused by willful misconduct or negligence on the part of the contractor; or (c) circumstances where the contract expressly provides a right to damages, indemnification or reimbursement. 19. LIQUIDATED DAMAGES, GOODS AND NONPROFESSIONAL SERVICES: Delivery is mandatory and it is understood and agreed by the Offeror that time is of the essence in the delivery of supplies, services, materials, or equipment of the character and quality specified in the proposal document. For each hour of delay after the prescribed shift has started, that the Contractor has not furnished the prescribed number of personnel, and it is necessary for PPE to fill the shift with PPE Personnel, liquidated damages will be assessed at TWICE the PPE employees’ hourly pay rate, plus all State-paid fringes. If a shift is not staffed due to the Contractor’s shortages and PPE cannot replace a position, liquidated damages will be assessed at TWICE the standard contractor’s bill rate times the amount of hours for that particular position that has not been filled as described within the contract). Liquidated damages shall not apply to emergency requests. Liquidated damages shall be billed by PPE to the Contractor. Invoices payments are due within ten (10) calendar days. 20. MANNER OF CONDUCTING WORK AT JOB SITE: All work shall be performed according to the standard of industry and to the complete satisfaction of VDOT. A. Personnel used by the Contractor for the performance of this work shall be properly trained and qualified for work of this type to the satisfaction of VDOT and shall possess any required licenses, certifications, and qualifications. B. The Contractor shall be responsible for the conduct of all personnel while at the job site. All personnel involved with the work shall obey all rules and regulations of VDOT. C. Sexual Harassment of any employee, VDOT or Contractor, will not be tolerated and is to be reported immediately to the VDOT Representative. All work to be conducted by the Contractor in any facility shall be coordinated in advance with the VDOT Contract Administrator. The Contractor shall coordinate his/her work efforts with (if applicable) other existing Contractor/agency work efforts through the VDOT Contract Administrator. 21. MINORS ON WORK SITE: No minors (under 18 years of age) will be allowed on the VDOT work site(2) on which this contract will be performed except those employed by the Contractor as allowed by the Child Labor Laws of the United States and Child Labor Laws of the Commonwealth of Virginia.

30

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

22. POLICY OF EQUAL EMPLOYMENT: VDOT is an equal opportunity/affirmative action employer. Women, Minorities, persons with disabilities are encouraged to apply. VDOT encourages all vendors to establish and maintain a policy to insure equal opportunity employment. To that end, Offerors should submit along with their proposals, their policy of equal employment. 23. PRIME CONTRACTOR RESPONSIBILITIES: The Contractor shall be responsible both directly and through its Sub-Contractor(s), to take every precaution at all times for the protection of persons and property that may be affected by the Contractor’s operation in connection with the work. The Contractor shall be solely responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work. The provisions of all rules and regulations governing safety as adopted by the Safety Codes Commission of the Commonwealth of Virginia, issued by the Department of Labor and Industry under Title 40.1 of the Code of Virginia shall apply to all work under this contract. 24. PROPOSAL ACCEPTANCE PERIOD: Any proposal in response to this RFP shall be valid for 120 days. At the end of the 120 days the proposal may be withdrawn at the written request of the Offeror. If the proposal is not withdrawn at that time it remains in effect until an award is made or the RFP is canceled. 25. PROSECUTION OF WORK: During the prosecution of work, the VDOT Representative will have the authority to suspend the work wholly or in part due to the failure of the Contractor to correct conditions unsafe for the workmen or the general public; for failure to carry out orders; for such periods, as he may deem necessary due to unsuitable weather; for conditions considered unsuitable for the prosecution of the work for any other condition or reason deemed to be in the public interest. 26. RECORDS EXCLUSION FROM PUBLIC DISCLOSURE: Pursuant to the provisions of §2.2-3705.6 (22) of the Code of Virginia, trade secrets, as defined in the Uniform Trade Secrets Act (§ 59.1-336 et seq.), including, but not limited to, financial records, including balance sheets and financial statements, that are not generally available to the public through regulatory disclosure or otherwise, and revenue and cost projections supplied by a private or nongovernmental entity to the Virginia Department of Transportation for the purpose of an audit, special investigation, or any study requested by VDOT in accordance with law may, subject to a determination by VDOT as described herein, be withheld from public disclosure under the Virginia Freedom of Information Act (FOIA). To enable VDOT to identify data or records that may be subject to this exclusion from disclosure under FOIA the private or nongovernmental entity shall, in accord with procedures adopted by VDOT, make a written request to the Virginia Department of Transportation: invoking such exclusion upon submission of the data or other materials for which protection is sought; identifying with specificity the data or other materials for which protection is sought; and stating the reasons why protection is necessary. The Virginia Department of Transportation shall determine whether the requested exclusion from disclosure is necessary to protect the trade secrets or financial records of the private entity. The Virginia Department of Transportation shall make a written determination of the nature and scope of the protection to be afforded by it. Notwithstanding the foregoing, Contractor’s failure to comply with the requirements stated herein and procedures established by VDOT for seeking an exclusion pursuant to §2.2-3705.6 (22) of the Code of Virginia shall result in a denial of the exclusion. Requests for exclusion that are submitted after data or other materials for which protection is sought have been submitted will be denied. 31

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

If litigation directly or indirectly results from or arises out of a granted exemption, the Contractor will be responsible for all litigation costs incurred by Contractor and/or VDOT associated with such litigation. In no event shall the Virginia Department of Transportation or its officers, employees or agents be liable to the Contractor as a result of any disclosure of records or data collected by the Department, its officers, employees or agents, pursuant to an audit, special investigation, or any study requested by VDOT, whether or not VDOT has determined that the requested exclusion from disclosure under FOIA is necessary to protect the trade secrets or financial records of the private entity, and in no event shall the Virginia Department of Transportation, or its officers, employees, or agents be liable to the Contractor for any damages or other claims arising directly or indirectly from a determination that the exclusion from public disclosure will not be granted. 27. RENEWAL OF CONTRACT: This contract is a three (3) year contract with two (2) optional one (1) year renewals. The contract may be renewed by the Commonwealth under the terms and conditions of the original contract except as stated in A below. Price increases may be negotiated only at the time of renewal. Written notice of the Commonwealth’s intention to renew shall be given approximately 90 days prior to the expiration date of each contract period. 1. If the Commonwealth elects to exercise the option to renew the contract for an additional one-year period, the contract price(s) for the additional one year shall not exceed the contract price(s) of the original contract increased/decreased by more than the percentage increase/decrease of the Other Services Category of Table 3; Consumer Price Index for All Urban Consumers (CPI-U); U. S. City Average, by expenditure category and service group/Other Services of the United States Bureau of Labor Statistics for the latest twelve months for which statistics are available. 2. If during any subsequent renewal periods, the Commonwealth elects to exercise the option to renew the contract, the contract price(s) for the subsequent renewal period shall not exceed the contract price(s) of the previous renewal period increased/decreased by more than the percentage increase/decrease of the Other Services Category of the CPI-U Table 3 Consumer Price Index for U.S. city average, by expenditure category and commodity and service group/Other Services of the United States Bureau of Labor Statistics for the latest twelve months for which statistics are available. 28. SAFETY AND HEALTH STANDARDS: It is a condition of the contract, and shall be made a condition of each subcontract entered into pursuant to the contract, that the Contractor and any SubContractor shall not require any worker employed in performance of the contract to work in surroundings or under working conditions that are unsanitary, hazardous, or dangerous to their health or safety, as determined under construction safety and health standards promulgated by the US Secretary of Labor in accordance with Section 107 of the Contract Work Hours and Safety Standards Act. The Contractor shall comply with the Virginia Occupational Safety and Health Standards adopted under Section 40.1-22 of the Code of Virginia and the duties imposed under Section 40.1-51.1 of the Code. Any violation of the requirements or duties that is brought to the attention of the Contractor shall be immediately abated. Additionally at a minimum, all Contractor personnel shall comply with the following, unless otherwise determined unsafe or inappropriate in accordance with OSHA regulations: Hardhats shall be worn while participating in or observing all types of field work when outside of a building or outside of the cab of a vehicle, and exposed to, participating in or supervising construction. Respiratory protective equipment shall be worn whenever an individual is exposed to any item listed in the OSHA Standards as needing such protection unless it is shown the employee is protected by engineering controls. Adequate eye protection shall be worn in the proximity of the grinding, breaking of rock and/or concrete, while using brush chippers, striking metal against metal or 32

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

when working in situations where the eyesight may be in jeopardy. Safety vests shall be worn by all exposed to vehicular traffic and construction equipment. Standards and guidelines of the current Virginia Work Area Protection Manual shall be used when setting, reviewing and removing traffic controls. Flag persons shall be certified according to the Virginia Flagger Certification Program. No person shall be permitted to position themselves under any raised load or between hinge points of equipment without first taking steps to support the load by the placing of a safety bar or blocking. Explosives shall be purchased, transported, stored, used and disposed of by a Virginia Certified Blaster in possession of a current criminal history record check and a commercial driver’s license with hazardous materials endorsement and a valid medical examiner’s certificate. All federal, state and local regulations pertaining to explosives shall be strictly followed. All electrical tools shall be adequately grounded or double-insulated. Ground fault Circuit Interrupter (GFCI) protection must be installed in accordance with the National Electrical Code (NEC) and current Virginia Occupational Safety and Health Agency (VOSH) regulations. No person shall enter a confined space without training, permits and authorization. Fall protection is required whenever an employee is exposed to a fall six feet or greater. 29. SECURITY REQUIREMENTS: 1. All Vendors, Contractors or other Persons accessing VDOT’s Critical Infrastructure Information (CII)/Sensitive Security Information (SSI) material in any form shall be required to comply with VDOT’s CII/SSI Policy Guide for Employees, Vendors, Contractors or other Persons Accessing VDOT’s CII/SSI. This guide can be located at; http://www.virginiadot.org/business/const/CIICriticalStructureInformation.asp 2. A Criminal History Record Check (CHRC), through VDOT Personnel Security Section (PSS), shall be required of all personnel of the Contractor and all subcontractors of the contractor for work conducted at all VDOT locations, where VDOT is directly responsible for the day-to-day management of staff, or the individual has unrestricted access to Critical Infrastructure (CI), Critical Infrastructure Information (CII), Sensitive Security Information (SSI), or Personally Identifiable Information (PII). 3. All direct costs for the CHRC will be the responsibility of the Contractor. 4. All individuals undergoing the CHRC shall be required to complete and sign any VDOT required forms necessary to release personal information and agree to non-disclosure of VDOT critical, sensitive or personal information. 5. CHRC records search timelines vary depending on records found on file (if any). In the event nonfavorable criminal history records exist, VDOT reserves the right to approve or deny issuance of any Suitability Clearance to perform work on VDOT contracts and projects. Upon denial, appeal may be made to the VDOT Personnel Security Section for review by the Suitability Committee and/or VDOT Chief Deputy Commissioner. 6. Upon CHRC review and approval of suitability clearance, Contractor and subcontractor (if any) personnel shall be required to obtain a VDOT issued access identification badge prior to working on VDOT’s premises or facilities. 7. Contractor and subcontractor personnel shall wear VDOT-issued access identification badge at or above waist level on the outermost garment at all times while on VDOT’s premises or facilities. 33

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

8. For safety concerns regarding the badge display requirement, the VDOT Contract Administrator, Project Manager or designee may waive the above requirement. The Contractor and subcontractor personnel shall possess the VDOT access identification badge at all times to be available for display. 9. The Contractor shall return all VDOT access identification badges on the day any personnel is no longer assigned to VDOT’s premises or facilities and upon contract expiration. The Contractor shall notify Contract Administrator within eight business hours upon discovery of any lost, stolen or damaged access identification badge. Failure to return access identification badges or notify the Contract Administrator that access identification badge has been lost, stolen or damaged may be cause for debarment. See Commonwealth of Virginia, Vendor’s Manual Section 7.20. 10. The Contractor shall be responsible for requiring its personnel and subcontractors to notify Contractor whenever personnel are charged with any criminal violation and to notify Contractor of the outcome of any trial or other proceeding relating to final disposition of any criminal charge or violation. Contractor shall be responsible for notifying the PSS as well as the VDOT Contract Administrator or Project Manager whenever its personnel or subcontractor personnel is/are charged with any criminal violation and for notifying the PSS as well as the VDOT Contract Administrator or Project Manager of the outcome of any trial or other proceeding relating to final disposition of any criminal charge or violation. Contractor shall notify the PSS, and VDOT Contract Administrator or Project Manager no later than the next regular business day upon learning or receiving notification that personnel of Contractor or subcontractors has/have been charged with a criminal violation and upon learning or receiving notification regarding the outcome of any trial or other proceeding relating to final disposition of any criminal charge or violation. 11. In the event of loss, suspected loss or compromise of any VDOT CII/SSI material, the Contractor having or having had possession of the said CII/SSI material will immediately upon having knowledge of the loss, suspected loss or compromise of any VDOT CII/SSI material, notify the VDOT Contract Administrator or Project Manager. If the loss is a result of a theft or suspected theft, of either the actual CII/SSI material or any device containing or storing CII/SSI material, the Contractor will immediately file a report with a law enforcement agency having jurisdiction and forward a copy of the report to the VDOT Contract Administrator or Project Manager. 30. SMALL BUSINESS SUBCONTRACTING PLAN AND EVIDENCE OF COMPLIANCE: A. It is the goal of the Commonwealth that 40% of its purchases is made from small businesses. This includes discretionary spending in prime contracts and subcontracts. All potential offerors are required to submit a Small Business Subcontracting Plan. Unless the bidder is registered as a DMBE-certified small business and where it is practicable for any portion of the awarded contract to be subcontracted to other suppliers, the contractor is encouraged to offer such subcontracting opportunities to DMBE-certified small businesses. This shall not exclude DMBE-certified womenowned and minority-owned businesses when they have received DMBE small business certification. No bidder or subcontractor shall be considered a Small Business, a Women-Owned Business or a Minority-Owned Business unless certified as such by the Department of Minority Business Enterprise (DMBE) by the due date for receipt of proposals. If small business subcontractors are used, the prime contractor agrees to report the use of small business subcontractors by providing the purchasing office at a minimum the following information: name of small business with the DMBE certification number, phone number, total dollar amount subcontracted, category type (small, women-owned, or minority-owned), and type of product/service provided. 34

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

B. Each prime contractor who wins an award in which provision of a small business subcontracting plan is a condition of the award, shall deliver to the contracting agency or institution on a monthly basis, evidence of compliance (subject only to insubstantial shortfalls and to shortfalls arising from subcontractor default) with the small business subcontracting plan. When such business has been subcontracted to these firms and upon completion of the contract, the contractor agrees to furnish the purchasing office at a minimum the following information: name of firm with the DMBE certification number, phone number, total dollar amount subcontracted, category type (small, women-owned, or minority-owned), and type of product or service provided. Payment(s) may be withheld until compliance with the plan is received and confirmed by the agency or institution. The agency or institution reserves the right to pursue other appropriate remedies to include, but not be limited to, termination for default. Each prime contractor who wins an award valued over $200,000 shall deliver to the contracting agency or institution on a monthly basis, information on use of subcontractors that are not DMBEcertified small businesses. When such business has been subcontracted to these firms and upon completion of the contract, the contractor agrees to furnish the purchasing office at a minimum the following information: name of firm, phone number, total dollar amount subcontracted, and type of product or service provided. 31. STATE CORPORATION COMMISSION IDENTIFICATION NUMBER Pursuant to Code of Virginia, §2.2-4311.2 subsection B, a bidder or offeror organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50 is required to include in its bid or proposal the identification number issued to it by the State Corporation Commission (SCC). Any bidder or offeror that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 or as otherwise required by law is required to include in its bid or proposal a statement describing why the bidder or offeror is not required to be so authorized. Indicate the above information on the SCC Form provided. Contractor agrees that the process by which compliance with Titles 13.1 and 50 is checked during the RFP stage (including without limitation the SCC Form provided) is streamlined and not definitive, and the Commonwealth’s use and acceptance of such form, or its acceptance of Contractor’s statement describing why the bidder or offeror was not legally required to be authorized to transact business in the Commonwealth, shall not be conclusive of the issue and shall not be relied upon by the Contractor as demonstrating compliance the Contractor as demonstrating compliance. 32. SUBCONTRACTS: No portion of the work shall be subcontracted without prior written consent of the purchasing agency. In the event that the contractor desires to subcontract some part of the work specified herein, the contractor shall furnish the purchasing agency the names, qualifications and experience of their proposed subcontractors. The contractor shall, however, remain fully liable and responsible for the work to be done by its subcontractor(s) and shall assure compliance with all requirements of the contract. 33. TERM OF CONTRACT: The contract period will be for thirty six months (three (3) years) from date of award with the option for two (2), successive one (1) year renewals.

35

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

34. TERMINATION BY OWNER FOR CONVENIENCE: a. Owner may terminate this contract at any time without cause, in whole or in part, upon giving the contractor notice of such termination. Upon such termination, the contractor shall immediately cease work and remove from the project site all of its labor forces and such of its materials as owner elects not to purchase or to assume in the manner hereinafter provided. Upon such termination, the contractor shall take such steps as owner may require to assign to the owner the contractor’s interest in all subcontracts and purchase orders designated by owner. After all such steps have been taken to owner’s satisfaction; the contractor shall receive as full compensation for termination and assignment the following: (1) All amounts then otherwise due under the terms of this contract, (2) Amounts due for work performed subsequent to the latest Request for Payment through the date of termination, (3) Reasonable compensation for the actual cost of demobilization incurred by the contractor as a direct result of such termination. The contractor shall not be entitled to any compensation for lost profits or for any other type of contractual compensation or damage other than those provided by the preceding sentence. Upon payment of the forgoing, owner shall have no further obligations to the contractor of any nature. b. In no event shall termination for the convenience of the owner terminate the obligations of the contractor’s surety on its payment and performance bonds. 35. TERMINATION OF CONTRACT: If the Contractor fails to provide quality goods or services in a professional manner and in accordance with applicable laws, regulations or bid provisions, solely as determined by VDOT and, upon receipt of notice from VDOT does not correct the deficiency within a reasonable period of time (not to exceed seven (7) calendar days unless otherwise agreed to by VDOT), VDOT reserves the right to terminate the contract by giving written notice to the Contractor. Upon termination VDOT may procure the services from another contractor in accordance with the Default term within the General Terms and Conditions. 36. VEHICLE REQUIREMENTS: All contractor vehicles shall have a current inspection and registration from that State where the vehicle is registered and must be properly insured in accordance with that State's requirements. Contractor's equipment and operators shall be in compliance with all applicable DMV and State and Federal regulations regarding the conditions and operations of the requested vehicles. The name of the company will be displayed on both sides of all work vehicles while on State right of way. The contractor shall be responsible for having secured all equipment and materials on their vehicles when in transit to and returning from a work assignment. 37. WORK SITE DAMAGES: Any damage to existing utilities, equipment or finished surfaces resulting from the performance of this contract shall be repaired to the Commonwealth’s satisfaction at the contractor’s expense. Failure to properly respond to and resolve damage claims constitutes unsatisfactory performance and may result in cancellation of the contract.

36

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

X. METHOD OF ORDERING AND PAYMENT: B. Method of Ordering and Payment 1. Contractors must also have a local Virginia telephone number, or a toll free (800) number, or agree to accept collect calls. Each Contract User is responsible for placing its own orders through eVA or suppliers’ computer online system that interfaces with eVA. Contract Users may specify staffing needs by phone, fax, or email; however, actual orders must be placed through eVA 2. Payment will be made in accordance with the Virginia Prompt Payment Act (30) days after receipt of the valid invoice and verification of satisfactory goods. The Contractor shall be paid based on the invoice(s) submitted and approved by PPE. The Invoices shall include the contract number and/or purchase order number, employee’s name, dates and hours worked, and the hourly rate. The Contractor shall attach to the invoice a copy of all weekly timesheet. Virginia Department of Transportation Toll Operations Division Attn: Nancy Bailey Powhite Parkway Extension, P.O. Box 36216, Bon Air Richmond, VA 23235 XI. PRICING SCHEDULE: 1. The Contractor shall furnish and be responsible for all equipment, labor, materials, transportation, etc., to safely conduct the services as described in the RFP. 2. Employees, “Overtime Rates” are not allowed as a reimbursement expense under the provisions of this Contract. 3. Employee’s fifteen (15 minute) “Lunch Break” is not a reimbursement expense under the provisions of this Contract. 4. Contractor’s attendance for planned, “Meeting and Reviews” is not a reimbursement expense under the provisions of this Contract. 5. If the Contractor’s personnel job description titles and functions are different from PPE’s mandated job description titles and functions, then the Contractor must identify those in-house job description titles and functions and cross-link the personnel positions to the requested PPE job description titles. The job description titles are outlined on Pages (49-56), Attachments (H-L). 6. The Contractor shall provide individual prices for each of the five (5) requested job description titles. The Offeror’s price should be Full Loaded Hourly Rate (FLHR) to include all cost, fees, profit, overhead, and incidentals. The Contractor’s proposed price shall imply that the Contractor is able to satisfy or exceed the service level/quality requirements prescribed in the RFP. For effective and continuous toll operations, the Contractor’s temporary staff shall be required to work no less than four (4) hours per shift.

37

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

7. The Contractor shall provide pricing information as outlined in the pricing schedule (Attachment G) in the proposal submission for each job position title. The Contractor shall multiply the Estimated Annual Hours by the Hourly Bill Rate to calculate the Extended Category Cost. Then add the Total Extended Category Cost to calculate the Total Proposal Price. The Contractor’s Price Schedule, “Total Price” will be used to determine the Price evaluation points to be assigned to each Offer’s Price submission. The Contractor must not leave any lines in the pricing schedule blank. Lines left blank are not acceptable and may result in rejection of the proposal. XII. ATTACHMENTS: A. Offeror’s Data Sheet B. Small Business Subcontracting Plan C. SWaM Compliance Report D. Proprietary and Confidential Information Summary Form E. State Corporation Commission Form F. Subcontractor Approval Request G. Pricing Schedule H. Job Description – Project Manager/Supervisor I. Job Description – Toll Collector J. Job Description – Toll Back-Off Support K. Job Description – Custodian/Groundskeeper L. Job Description – Toll Back-Off Administrative Support M. PPE Plaza Layout

38

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

ATTACHMENT A OFFEROR'S DATA SHEET 1.

QUALIFICATIONS OF OFFEROR: The Offeror must have the capability and capacity in all respects to fully satisfy all of the contractual requirements.

2.

YEARS IN BUSINESS: Indicate the length of time you have been in business providing this type of service. _______ Years ______ Months

3.

REFERENCES: Indicate either below or by attachment a listing of at least three (3) clients that your firm has provided the products and/or services described in the proposal. Include the dates service was furnished, and the name, address, email address, telephone and fax number of the person the purchasing agency has your permission to contact. A narrative statement should be provided for each reference, describing the scope, size and type of service provided to each reference. Please verify that the contact persons whom you have listed below are still employed with these firms prior to submitting their names.

CLIENT'S NAME AND ADDRESS

BEGIN & END DATES OF SERVICE

NARRATIVE STATEMENT

4. Is your firm currently registered as an eVA vendor? __No ___Yes 5. Is your firm a faith-based organization? ___No ____Yes

39

PERSON TO CONTACT AND TELEPHONE, FAX NUMBER AND EMAIL

Registration is a requirement to receive an award.

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

ATTACHMENT B SMALL BUSINESS SUBCONTRACTING PLAN

Failure to complete and return Section A or B of this Attachment MAY result in your proposal being rejected NON-RESPONSIVE

If you have any questions contact Linda Bumgarner@ [email protected] for assistance.

SPECIAL NOTICE TO OFFEROR This RFP contains Attachment B Small Business Subcontracting Plan; This Attachment must be completed by all Offerors. Offerors completing Section A and subcontractors included in Section B of the Small Business Subcontracting Plan must be certified as a small business by the Commonwealth of Virginia, Department of Minority Business Enterprise (DMBE) by the due date of this RFP to participate in the SWaM Program.

40

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

ATTACHMENT B SMALL BUSINESS SUBCONTRACTING PLAN All small businesses must be certified by the Commonwealth of Virginia, Department of Minority Business Enterprise (DMBE) by the due date of the RFP to participate in the SWAM program. Certification applications are available through DMBE online at www.dmbe.virginia.gov (Customer Service). Definitions “Small business'' means a business, independently owned and controlled by one or more individuals who are U.S. citizens or legal resident aliens, and together with affiliates, has 250 or fewer employees, or average annual gross receipts of $10 million or less averaged over the previous three years. One or more of the individual owners shall control both the management and daily business operations of the small business. (Code of Virginia, § 2.2-4310) “Women-owned business'' means a business that is at least 51% owned by one or more women who are U.S. citizens or legal resident aliens, or in the case of a corporation, partnership, or limited liability company or other entity, at least 51% of the equity ownership interest is owned by one or more women who are U.S. citizens or legal resident aliens, and both the management and daily business operations are controlled by one or more women. (Code of Virginia, § 2.2-4310) “Minority-owned business'' means a business that is at least 51% owned by one or more minority individuals who are U.S. citizens or legal resident aliens, or in the case of a corporation, partnership, or limited liability company or other entity, at least 51% of the equity ownership interest in the corporation, partnership, or limited liability company or other entity is owned by one or more minority individuals who are U.S. citizens or legal resident aliens, and both the management and daily business operations are controlled by one or more minority individuals. (Code of Virginia, § 2.2-4310) Bidder Name: _____________________________________________ Preparer Name: __________________________________________ Date: ____________________ Instructions A. If you are certified by the Department of Minority Business Enterprise (DMBE) as a small business, complete only Section A of this form. This shall not exclude DMBE-certified women-owned and minority-owned businesses when they have received DMBE small business certification. B. If you are not a DMBE-certified small business, complete Section B of this form. For the bid to be considered and the bidder to be declared responsive, the bidder shall identify the portions of the contract that will be subcontracted to DMBE-certified small business in Section B. Section A If your firm is certified by the Department of Minority Business Enterprise (DMBE), are you certified as a (check only one below): ______ Small Business ______ Small and Women-owned Business ______ Small and Minority-owned Business

Certification number:_______________________

Certification Date:___________________________

Section B Populate the table below to show your firm's plans for utilization of DMBE-certified small businesses in the performance of this contract. This shall not exclude DMBE-certified women-owned and minority-owned businesses that have received the DMBE small business certification. Include plans to utilize small businesses as part of joint ventures, partnerships, subcontractors, suppliers, etc.

41

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

B. Plans for Utilization of DMBE-Certified Small Businesses for this Procurement Small Business Name & Address DMBE Certificate #

Status if Small Business is also: Women (W), Minority (M)

Contact Person, Telephone & Email

Type of Goods and/or Services

Totals $

42

Planned Involvement During Initial Period of the Contract

Planned Contract Dollars During Initial Period of the Contract

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

ATTACHMENT C COMMONWEALTH OF VIRGINIA DEPARTMENT OF TRANSPORTATION INSTRUCTIONS FOR SWAM COMPLIANCE REPORT (Form ASD-63) The Prime Contractor is required to submit a SWaM Compliance Report to the Contract Officer on payments made to all subcontractors as specified in Small Business Subcontracting Plan in the Special Terms & Condition to include Small, Women-owned and Minority-owned Business Enterprises (SWaM) certified by DMBE and non- SWaM businesses for the designated quarterly reporting period if required. All amounts paid to certified SWaM businesses are subject to monitoring and enforcement mechanisms. It is the responsibility of the prime contractor to provide evidence of SWaM payments in response to the small business plan provided in the RFP for this contract. The instructions below correspond to each item on the report. Please follow the instructions. 1. 1a. 1b. 1c. 2. 3.

4. 5. 6. 7. 7a. 7b. 8.

Contractor/ Tax I.D. No. enter the complete name of the prime contractor and their federal tax identification number. Contract Name indicate the name of the contract as it appears on contract documents District indicate the VDOT responsible district where the contract is being performed. See list of districts in these instructions Contract No. provide contract number Period Ending indicate the reporting period based on the Reporting Schedule listed in these instructions Subcontractor/Vendor Telephone Number and Certification Number enter the names of all subcontractors and suppliers that participate on this contract whether SWaM or not if required. For SWaM vendors please provide the certification number provided by the Virginia Department of Minority Business Enterprise (DMBE) Tax I.D. No. insert the tax identification number of the vendor that appears in the preceding column SWaM Category S,W,M, None indicate the SWaM status of each vendor identified as a subcontractor or vendor. This number is issued by DMBE and can be located on their website at www.dmbe.virginia.gov. Subcontract Amount indicate the subcontract amount for any vendor listed on this form. Subcontractor Payment this section identifies the prime expenditures to vendors listed on this form for SWaM vendors on contracts valued at or above $100,000 and non-SWaM vendors for contracts valued at or above $200,000. This Quarter indicate the amount paid to each subcontractor per reporting period. If no payments were made during this period enter $0. Year to Date summarizes all payments made to the vendor to date. Type of Work or Commodity indicate scope of work or commodity acquired from the subcontractor

Effective October 5, 2007 all Form ASD-63’s for a particular reporting period shall be submitted preferably in an electronic format to the Contract Officer by the dates of each calendar year.

REPORTING SCHEDULE QUARTER 1st 2nd 3rd 4th

REPORTING PERIOD July 1 – September 30 October 1 – December 31 January 1 - March 31 April 1 – June 30

DATE DUE TO CONTRACT OFFICER Five(5) working days after the reporting period Five(5) working days after the reporting period Five(5) working days after the reporting period Five(5) working days after the reporting period

If the submittal date falls on a weekend/holiday, the forms shall be submitted to the VDOT Contract Officer on the following business day.

DISTRICTS Central Office Bristol Salem Lynchburg Richmond Statewide

Hampton Roads Fredericksburg Culpeper Staunton NOVA

43

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

ATTACHMENT C SWaM COMPLIANCE REPORT (1) Contractor/Tax I.D. No. _______________________________________________________________________________________ (1a) Contract Name (1c) Contract No._________________________ ___________________________________________ (1b) District ___________________

(3) Subcontractor/ Vendor Tele No., Certification No.

(4) Tax I.D. No.

All amounts paid to subcontractors/vendors are to be reported and submitted by VDOT's quarterly submittal schedule. See instructions

(5) SWaM Category S, W, M, None

(6) SubContract Amount

Page ______ of ______ (2) Period Ending __________

(7) Subcontractor Payment (8) Type of Work or Commodity (7a)This Quarter

(7b) To Date

I/We under penalty of law that the information provided herein is accurate, current and complete to the best of my/our knowledge. Signature and Title of Company Official _________________________ Date _____ Print Name and Phone No. of Individual Completing Report ___________________

44

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

ATTACHMENT D PROPRIETARY/CONFIDENTIAL INFORMATION SUMMARY FORM SECTION/TITLE

PAGE NUMBER(S)

REASON(S) FOR WITHHOLDING FROM DISCLOSURE

*Identify the reason for withholding from disclosure in accordance with the Code of Virginia § 2.2-4342F.

45

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

ATTACHMENT E State Corporation Commission Form

Virginia State Corporation Commission (SCC) registration information. The Offeror:  is a corporation or other business entity with the following SCC identification number: ____________ -OR is not a corporation, limited liability company, limited partnership, registered limited liability partnership, or business trust -OR is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees, agents, offices, facilities, or inventories in Virginia (not counting any employees or agents in Virginia who merely solicit orders that require acceptance outside Virginia before they become contracts, and not counting any incidental presence of the Offeror in Virginia that is needed in order to assemble, maintain, and repair goods in accordance with the contracts by which such goods were sold and shipped into Virginia from Offeror’s out-of-state location) -OR is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and completely discloses the undersigned Offeror’s current contacts with Virginia and describes why those contacts do not constitute the transaction of business in Virginia within the meaning of § 13.1-757 or other similar provisions in Titles 13.1 or 50 of the Code of Virginia. **NOTE** >> Check the following box if you have not completed any of the foregoing options but currently have pending before the SCC an application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number after the due date for proposals (the Commonwealth reserves the right to determine in its sole discretion whether to allow such waiver): 

46

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

ATTCHMENT F SUBCONTRACTOR APPROVAL REQUEST No portion of the work (including equipment) shall be subcontracted to another firm or individual without prior written consent of Virginia Department of Transportation (herein referred to as VDOT). In the event that the Contractor desires to subcontract some part of the work specified herein, the Contractor shall furnish VDOT with the names, qualifications, and experience of their proposed subcontractors for agency approval. The primary contractor shall, however, remain fully liable and responsible for the work performed by its subcontractor(s) and shall assure compliance with all requirements of the contract. List proposed subcontractor(s), including name, address, contact person, and type of work to be performed under this contract below.

FIRM INDIVIDUAL’S NAME & ADDRESS

CONTACT PERSON AND PHONE NUMBER

TYPE OF WORK TO BE PERFORMED

TYPE OF EQUIPMENT PROPOSED SUBCONTRACTOR WILL PROVIDE

F QUALIFICATIONS / EXPERIENCE LEVEL OF PROPOSED SUBCONTRACTOR

Please indicate which above proposed subcontractors are certified (with DMBE) as Small, Women Owned or Minority Businesses. Company Name: Certification Number: FOR VDOT USE ONLY: The proposed subcontractor(s) listed above is/are approved and accepted under the terms and conditions of the contract requirements herein. Signature of Contract Officer

Date

47

Telephone Number

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

ATTACHMENT G PRICE SCHEDULE

Position

Position Hourly Pay Rate

Position Hourly Bill Rate

Toll Collector

$

$

Back-Office Admin Support

$

$

Custodian/Groundskeeper

$

$

Project Manager

$

$

Toll Back-Office Position

$

$

Position

Estimated Annual Hours

Hourly Bill Rate

Extended Position Cost

Toll Collector

42,000

X $

= $

Back-Office Admin Support

240

X $

= $

Custodian/Groundskeeper

2,080

X $

= $

Project Manager

2,080

X $

= $

Toll Back-Office Position

8,100

X $

= S Total Price

48

S

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

ATTACHMENT H TOLL COLLECTOR Purpose: To provide superior customer service in the performance all toll collection duties and responsibilities, to include accurating collecting tolls, classifying vehicles, and ensuring safe, effective and expedited traffic flow. Skills: • Demonstrated work experience in the provision of superior customer service. • Demonstrated knowledge and application of basic math. • Demonstrated work experience and knowledge in cash handling; experience in toll collections is highly preferred. • Demonstrated work experience in collecting, counting , and being accountable for U.S. currency and coins. • Ability to communicate effectively in the English language, both orally and in writing. • Ability to lift and carry at least 25 pounds. • Ability to operate and classify vehicles on automated electronic equipment. • Ability to monitor and facilitate safe and expedited traffic through toll lanes. • Ability to verify and report (verbally and in written form) any unusual occurrences, accidents, and incidents. • Ability to function effectively in a 24/7/365 operations and to work any shift assigned. • Must be able to function as essential at 24/7/365 toll facility and must report to work during declared emergency events and inclement weather conditions as scheduled. Education, Experience, Licensure, Certification required for entry into position: • High School Graduate or G.E.D. • Demonstrated work experience in the provision of direct customer service and cash handling. • Possession of valid/current Virginia’s Driver’s License. • Successful completion of pre-employment and background criminal history, and DMV Check. Duties: • Demonstrates superior customer service to all PPE's internal and external customers. Greets each customer promptly with a smile and welcoming approach, expedite all transactions, and thank each customer for traveling PPE. • Reports to work as scheduled and in proper attire. Personal and work attire must be clean and in good repair and all garments must be in accordance with PPE's established policy and procedural guidelines. PPE assigned safety vests/smocks, identification badges, must be wore at all times, and personal vehicles must displayed PPE assigned parking pass. • Ensures that customers are provided the correct change while still in the lane. Ensures that change is disbursed in accordance with established policy and procedures. Documents all patron shortages/overages at the time of occurrence and include in daily reconciliations • Ensures that all vehicles are classified accurately to ensure that all revenue collected reconciles with audit reports. •

Maintains sufficient currency denominations to meet the cash handling demands of the traveling 49

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

• • • • • • • • • • • • • • • • •

public at the assigned location. Reconciles and deposits cash revenue accurately and in accordance with PPE’s standard operating procedures. Ensures proper configuration of lane to record proper transactions. Displays proficient knowledge of MLT (Manual Lane Terminal) Screen procedures. Reports all safety concerns--highway hazards, disabled vehicles, accidents, and unusual events observed while on duty. Exercises proper care of all PPE's physical assets. Ensures that toll booth and ramp areas are locked after entry and departure. Adheres to established scheduled and allotted time for breaks, with no more than two (2) infractions per month or four (4) per quarter. Adheres to established Operational Lane Change Policy. Must not leave assigned work site while on duty. Adheres to established standard operating procedures to log in to assigned lane 5 minutes prior to shift start and after breaks. Thoroughly completes all required paperwork in a legible manner. Prepares Non-Revenue Toll Voucher according to established PPE's Policy and Procedures. Prepares PE-107 according to established PPE Policy and Procedures, with no infractions. Maintains documentation on PPE Change Fund Verification Form. Thoroughly completes Toll Collector Deposits to ensure proper reconciliation with ARCS System Reports. Demonstrates outstanding customer service when dealing with internal and external customers, always placing the needs and reputation of VDOT/Powhite Parkway Extension (PPE) first. Routinely demonstrate safety behavior by practicing safety in everyday work activities. Performs all duties with integrity and truthfulness and abides by applicable laws and regulations.

50

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

ATTACHMENT I BACK-OFFICE ADMIN SUPPORT Purpose: Perform routine administrative duties to support toll collections, data entry and financial reporting as needed. Education: • High school graduate or equivalent. • Demonstrated work experience in the performance of basic administrative duties. • Demonstrated work experience in the use of computers and Microsoft Word, PowerPoint, and Excel. • Proficiency in data entry, file management, and using office machines. • Experience in the provision of customer service and performing cash handling duties is highly preferred. • Must pass a pre-employment screening and background criminal history check. Skills: • Must be able to follow directions and perform assigned duties independently, with minimal supervision. • Must be able to communicate effectively, verbally and in written form. • Must be able to follow directions and perform assigned duties with limited supervision. • Must be comprehend and be able to perform basic math. • Knowledge of basic auditing and accounting principles and practices is preferred. Primary Responsibilities: • Perform various administrative duties as assigned to include but not limited to: o Manual development and duplication o Audit review and reconciliation of daily toll collection documents. o Assists in the development and presentation of training classes. o Develop and duplicate training documents. o Assist in the quarterly/annual inventory reviews o Supplement admin support for staff as needed.

51

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

ATTACHMENT J CUSTODIAN/GROUNDSKEEPER Purpose: Perform routine cleaning duties to maintain clean and healthy work spaces, tollbooths, toll lanes, and grounds. Education: • High school graduate or equivalent. • Demonstrated work experience in performing custodial services. • Knowledge of cleaning methods and the use of cleaning supplies. • Must possess a valid and current Virginia Driver’s license and must pass a pre-employment screening and background criminal history check. Skills: • Must be in a good physical condition to perform all assigned duties. Ability to physically lift/move heavy objects, to climb ladders/stairs, bending, squatting, and stand/walk for prolonged periods of time. • Must have at least high school diploma and be capable of reading and writing. • Must be able to follow directions and perform assigned duties with limited supervision. • Must be capable of operating the equipment necessary to perform assigned duties. • Must be able to use brooms, mops, brushes, vacuum cleaners, carpet machines, power washer, and leaf blower. • Must be able to read and comprehend product instructions and warnings. • Must be able to work independently to complete all assigned duties. Must be able to schedule duties within the allocated timeframe by prioritizing according to the importance of the task. • Must be able to transition all needed supplies and equipment to and from vehicle and various buildings. • Reasonable knowledge of use and maintenance of a variety of chemical substances. • Ability to make decisions and problem solving skills. • Must be able to effectively communicate verbally and to interact with all staff. Primary Responsibilities: • Cleans all office/work spaces, hallways, conference rooms, and maintenance areas. • Cleans and sanitizes floors, windows and window sills, fixtures, restrooms, countertops, tables, office furniture, and doorframes in all areas. • Collects and removes trash from all office/work spaces, kitchens, and maintenance areas. • Cleans all AC vents in all tollbooths, office/work spaces, kitchens, maintenance areas, and conference rooms. • Collects and removes trash and debris for parking areas, doorways, steps, decks, and toll lanes at all toll plazas. Transports all trash and debris to on-site dumpster. • Performs seasonal grounds maintenance duties as needed (weed control in all flowerbeds and collect and remove leaves; water flowers and plants as needed). • Cleans and washes interior and exterior of vehicles as needed. • Cleans (power washes) toll lanes, parking spaces, and other areas as requested. • Performs other duties as assigned.

52

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

ATTACHMENT K PROJECT MANAGER PURPOSE: This position is responsible for the overall direction, coordination, control, supervision, management, and training of all temporary contracted staff assigned to the Powhite Parkway Extension. This position is also responsible for recruiting, selecting, coaching, counseling, scheduling, communicating job expectations, planning, monitoring, appraising, as well as enforcing policies and procedures for all temporary contracted staff. Schedules and directs assignments for all Temporary Contracted Staff. Establishes appropriate time frames and work priorities to meet all supplemental staffing requests. EDUCATION: Minimum of five years of successful administrative/managerial experience, including supervisory, operational and human resources management. College degree in business, public administration or human resources or equivalent training and proven experience which demonstrates the ability to perform the job. Demonstrated experience in the provision of temporary contracted staffing services is highly preferred. Must receive a successful pre-employment and background criminal history check. SKILLS: • Demonstrated knowledge and experience in the administration, supervision and management of large diverse groups of employees, resources and programs; applying appropriate managerial principles and practices. • Demonstrated experience/ability to supervise, direct, train, and evaluates employees. • Demonstrated experience/skill and ability to develop and implement multiple work schedules for multiple employees working in different shifts. • Proficiency in computer operations and in the use of Microsoft Word and Excel. • Demonstrated customer service and customer relations experience/skills. • Excellent oral and written communications skills. • Proven experience in the development of time management documents and the use of automated payroll processing. DUTIES: • Manage and direct all temporary contracted staff assigned to work at PPE. • Manage and direct all administrative and operational processes required to fully supplement the staffing needs of 24/7/365 toll authority. • Manage, direct, and conduct all facets of temporary toll collector recruiting, screening, hiring, and training of all temporary contracted staff. • Develop and maintain staffing schedules/rosters for requested all temporary contracted staff. • Manage and direct all temporary contracted staff to ensure adherence to established operating policies and procedures. • Manage and direct all temporary contracted staff to ensure adherence to state, federal and agency policies and procedures and established contract terms and conditions. • Interpret and effectively communicate to all temporary contracted staff PPE’s operating policies and procedures. Ensure that performance expectations are well communicated. 53

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

• • •

• • • • • • • • •

Ensure that safety and security issues are discussed and fully understood by temporary contracted staff. Ensure that all performance issues for temporary contracted staff are addressed and recorded as issues are discovered. Develop, maintain and retain temporary contracted staff performance evaluations/reviews to be conducted periodically. Ensure temporary contracted staff performance meets established operational standards. Ensure adherence to quality standards, deadlines, and operating procedures. Develop and implement corrective standards to ensure effective and prompt resolve. Develop, direct, and facilitate all required training for all temporary contracted staff. Develop and issue work schedules to all temporary contracted staff to meet the facility’s supplemental requirements. Maintain and retain all personnel and employee relations documents for all temporary contracted staff. Encourage mutual trust, respect, and cooperation among temporary contracted staff and PPE staff. Develop, review, approve/certify and submit weekly timesheets for all temporary contracted staff to PPE’s Accounting Office. Serve as primary point of contract for contracting firm and possess the authority to make decisions to ensure required operational standards. Participate in weekly review meetings with PPE’s Toll Operations Manager. Ensure all shortage payments are processed according to established contract terms and conditions. Supervise and ensure the appropriate care responsible use of all VDOT/PPE equipment, to include but is not limited to the operation of VDOT vehicles, the use of transponders and expendable supplies.

54

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321

ATTACHMENT L TOLL BACK-OFFICE POSITION Position Purpose: Provide Operational support to the Operations Unit of PPE in the absence of State Classified Supervisors. KSAs: The ability to effectively work as member of a diverse work group. Expertise in the provision of superior customer service and customer relations skills. Proficiency in the performance of basic mathematical calculations and working knowledge/experience in cash counting and cash reconciliations. Proficiency in data entry and usage of computers and menu-driven software programs. Proficiency in the use of currency and counting machines as well as calculators. Knowledge of basic accounting principles. Working knowledge/experience in the use of Micro-Soft computer software. Toll Collections experience. Ability to function effectively in a 24/7/365 operation and to work any shift as assigned. Ability to work outdoors as necessary. Ability to lift and carry up to 50 pounds. Duties: Provides support to the Operations of PPE • Visit each toll collector in his/her booth to train, observe and assist in the performance of their duties. Perform a minimum of two (2) circuits of the assigned area during an eight (8) hour shift to enhance security through increased visibility and to provide services to Toll Collectors as needed. • Monitors traffic, road and equipment conditions. Ensures thoroughness and accuracy of Daily Log and Lane Closure Log entries. Informs Toll Operations Manager by phone and follow up with an email of all MLT lane closures. There shall be no more than two (2) infractions per year. • Monitor all lanes (MLT, ACM/AVI and AVI) to ensure lanes are properly configured, to enable vehicle classification, accurate revenue collection, and logging on and off of duty segments at the beginning of your shift and three (3) hour intervals. • Investigates equipment malfunctions and promptly provides finding to the maintenance Department in accordance with PPE’s Standing Operating Procedures. Ensures that the Operations Manager is apprised of any significant equipment problems by telephone and email communications. • Monitors that all staff and visitors display VDOT-assigned Access/Identification Card at all times. Maintain controlled access to Plaza and Off-ramp buildings by using the Door Monitor System. Document all violations and provide a copy to the Toll Operations Manager. • Conduct a thorough pre-shift inspection of the toll equipment and assigned vehicle on in accordance to PPE’s Standard Operating Procedures. Refuel assigned vehicle when fuel level falls below one-half tank. Update on coming supervisor of any unusual events and situations. • Documents inspection of toll booths daily for cleanliness, hazards, proper lighting and preservation of security. • Consistently monitors the toll operations environments and notifies the Toll Operations Manager upon discovery of any noncompliance issues related policies and procedures. • Immediately reports any highway incidents, hazards or accidents to the Virginia State Police and contact the Toll Operations Manager. • Changes ACM vaults in accordance with PPE established procedures. • Collects Ground Money in accordance with the established procedure. • Inform Toll Operations Manger of any observed illegal activities ore activities that may violate policy or regulation as soon as they are aware of such activities.

55

Administrative Services Division Toll Collection and Augmentation Services RFP #:151321



• • • • • • • • • • •

Monitors the responsible use of all equipment, to include, but is not limited to vehicle and expendable supplies, provided by PPE notifies the Toll Operations Manger or designee of any noncompliance discoveries. . Exercise appropriate care of issued equipment. Operates State Vehicle lawfully and efficiently, in compliance with all State, VDOT and PPE policies and procedures. Accurately verify change fund in accordance to PPE’s Standard Operating Procedures. Replenish change fund in accordance to PPE’s Standard Operating Procedures. Issue, track, and document Toll Collector Money Bags in accordance to PPE’S Standard Operating Procedures. Demonstrate outstanding customer service when dealing with internal and external customers. Respond to Toll collector service calls in accordance to PPE’s Standard Operating Procedures. Accurately verify and document toll collector cash fund reconciliations in accordance to PPE’s Standard Operating Procedures Verify and certify Toll Collectors Shortages/Overages and related documentation. Ensure Toll Collectors log in and out of system. Monitor ARCS for lane equipment alarms/malfunctions, notifies maintenance personnel, and documents all related activities in accordance to PPE’s Standard Operating Procedures. Ensure all equipment is not damaged, removed or stolen by performing a daily inspection and record in supervisors log and report any unusual occurrences Toll Operations Manager. Work attire must be in good repair and all garments worn must be in compliance with established PPE procedural guidelines.

56

Figure 1

ATTACHMENT M

PPE Plaza Layout $0.25

33 ACM AVI

31 MLT AVI

MIDLOTHIAN TURNPIKE RAMPS “Plaza 93” 2 Manned Lanes (31,32) 2 Automatic Coin Machines (ACM 33,34) 4 Dedicated EZ-Pass Lanes (AVI 35,36,37,38)

37 AVI ONLY

35 AVI ONLY

38 AVI ONLY

36 AVI ONLY

34 ACM AVI

32 MLT AVI

$0.25

Midlothian Turnpike N W

E $0.50

S 21 MLT AVI

23 ACM AVI

25 AVI ONLY

COURTHOUSE ROAD RAMPS “Plaza 92” 2 Manned Lanes (21,22) 2 Automatic Coin Machines (ACM 23,24) 2 Dedicated EZ-Pass Lanes (AVI 25,26)

26 AVI ONLY

24 ACM AVI

22 MLT AVI

$0.50

Courthouse Road MAINLINE PLAZA “Plaza 91” 4 Manned Lanes (1,2,9,10) 2 Automatic Coin Machines (ACM 3,8) 4 Dedicated EZ-Pass Lanes (AVI 4,5,6,7)

MAINLINE RAMPS “Plaza 94” 2 Automatic Coin Machines (ACM 42,43) 2 Dedicated EZ-Pass Lanes (AVI 41,44) $0.25

42 ACM AVI

$0.75

44 AVI ONLY

1 MLT AVI

2 MLT AVI

3 ACM AVI

$0.75

4 AVI ONLY

5 AVI ONLY

6 AVI ONLY

7 AVI ONLY

$0.75

57

8 ACM AVI

9 MLT AVI

$0.75

10 MLT AVI

43 ACM AVI

$0.25

41 AVI ONLY