Commonwealth of Massachusetts



Commonwealth of Massachusetts

Massachusetts Department of Transportation

Registry of Motor Vehicles Division

(RMV)

[pic]

REQUEST FOR RESPONSE (RFR)

FOR

A DRIVER RE-TRAINING PROGRAM

RESPONSE LOCATION:

MAIL OR HAND DELIVER TO:

Mass DOT

Registry of Motor Vehicles Division

25 Newport Ave Extension, 4th floor

Quincy, MA 02171

Attention: Todd A. Gurney, Program Manager

BUSINESS AND TECHNICAL SPECIFICATIONS DOCUMENT

SECTION I INTRODUCTION

1. Agency Information

One of the major functions of the Registry of Motor Vehicles (RMV), a Division of the Massachusetts Department of Transportation, is to monitor the driving history of each person with at-fault accidents and moving violations in Massachusetts, whether licensed here, or whether in another state or country, to assure that only those drivers that maintain a good driving record are allowed to drive on the ways of the Commonwealth. Statutory and other regulatory requirements dictate that persons who have been identified as “problem drivers” be offered re-training, either to avoid a possible pending suspension or to qualify for the reinstatement of driving privileges.

2. Purpose of Procurement

The RMV intends to contract with one (1) primary Contractor who will be responsible for the administration and performance of a driver re-training program based on the requirements detailed in this RFR.

3. Overview of Current Program

The National Safety Council (NSC) is the contractor currently providing driver re-training services for the RMV at several dozen locations around Massachusetts. The NSC (“Current Contractor”) has been providing these services as a result of a competitive bid. The Current Contractor provides a behavior modification-based program in a format of training sessions totaling eight hours.

The Current Contractor, acting for and on behalf of the RMV, administers the Massachusetts “Driver Re-training Program” to serve as a “last warning” to a repeat traffic offender before suspension of their driver’s license. The current Driver Re-training Program is aimed at changing the attitude and behavior of such repeat offenders. Drivers are required to attend and pass an eight-hour program when they have accumulated three or more surchargeable incidents (moving violations or at-fault accidents) within a two-year period. The Current Contractor trains the instructors who conduct the Driver Re-training Program, and has established suitable classroom space in convenient locations across Massachusetts. The current assessed cost to each driver is one-hundred and twenty five ($125) dollars. The RMV retains a portion of that fee to help defray its costs of the program.

When a driver accumulates three surchargeable events, the RMV notifies the driver by mail that they must complete the Driver Re-training Program to avoid a license suspension. The notification letter includes a toll-free number operated by the Current Contractor, and explains that no hearing is required if the driver acknowledges the accuracy of the list of offenses contained in the notification letter. The driver may take advantage of a walk-in hearing at select RMV branches, in the event that an error has appeared in the driver’s record. There is no opportunity to revisit responsibility for citations for which findings have been entered unless the offense has been ascribed to the wrong driver. The letter also explains that the driver’s license will be suspended indefinitely if the RMV does not receive electronic notification from the Current Contractor that the driver has completed the Driver Re-training Program within ninety (90) days from the hearing date.

In each case where such a notification letter has been sent, the RMV electronically notifies the Current Contractor nightly of the driver’s name, address, license number and hearing date. The Current Contractor is advised that the driver’s license will be suspended indefinitely ninety (90) days from the hearing date, unless the Current Contractor electronically notifies the RMV that the driver has successfully completed the Driver Re-training Program within this period. Should such a suspension occur, it remains in effect until the driver completes the Driver Re-training Program and the Current Contractor electronically notifies the RMV that this has occurred. The RMV does not accept written or printed documents in lieu of electronic notification from the Current Contractor.

Upon receipt of the driver information from the RMV, the Current Contractor sends registration materials to the driver via first class mail. The driver may already have registered by calling the toll-free number in the RMV’s notification letter. These materials contain information about the course, locations, cost, etc. All enrollment of drivers is done over the telephone using the toll-free number or by use of the Current Contractor’s website.

When the driver has successfully completed the course, the instructor notifies the Current Contractor’s central office of the driver’s name and license number. Using an agreed-upon protocol, the Current Contractor electronically updates the RMV’s Automated License and Registration System (ALARS) database nightly, and, in doing so, stops the 90-day “clock” that would have triggered the suspension of the driver’s license. The Current Contractor electronically transfers to an RMV account via EFT, funds for the RMV portion of the fee from the student and related data update of the student information to the ALARS database.

1.5 Authorized Contact

This RFR is being issued by the Mass Department of Transportation RMV Division. All questions regarding this RFR must be directed to Todd A. Gurney, Procurement Team Leader via e-mail: todd.gurney@state.ma.us

SECTION II RFR INFORMATION

1. Bidder’s Written Inquiries

Bidders may submit written inquiries concerning this RFR no later than February 18, 2015. They may be mailed, hand-delivered or e-mailed. The Procurement Committee will review and consolidate inquiries received by the deadline, prepare written answers, and post them on Commbuys () within 7 days of receipt.

Written inquiries should be mailed or hand delivered to: Todd A Gurney, Mass DOT Registry of Motor Vehicles Division, 25 Newport Ave Ext., and N.Quincy, MA 02171. It is preferred that questions are e-mailed to: todd.gurney@state.ma.us

Bidders must submit the original RFR and five (5) copies. Both the original and copies must be submitted on recycled paper (30% post-consumer content). Bidder must also submit an electronic version of their response.

The RMV shall be under no obligation to return any Responses or materials submitted by a Bidder in response to this RFR. All materials submitted by Bidders become the irrevocable and sole property of the RMV. The RMV reserves the right to use any ideas, concepts, or configurations that are presented in a Bidder’s Proposal, whether or not the Proposal is selected for award.

Bidder must bear all costs associated with the Response. No costs or expenses incurred by Bidders in responding to this RFR or in participating in this Solicitation will be borne by the RMV or the Commonwealth of Massachusetts.

The Registry of Motor Vehicles makes no guarantee that any purchases will take place from any contract resulting from this RFR, nor does the RMV guarantee any minimum quantity of purchases from any contract resulting from this RFR

2. Procurement Timeline

|Release Date |Written Inquires |Response to Written |Oral Presentations |Response Due Date |

| | |Inquires |(if needed) | |

|1/ 23/ 2015 |1/28/2015 |02/04/15 |03/04/2015 |02/18/2015 |

The deadline for submission of responses is February 18, 2015 at 4:00 p.m. The RMV will reject responses received after the deadline.

2.3 Oral Presentation

Bidders may be given the opportunity for an oral presentation to the agency.

MassDOT RMV Division reserves the right to offer oral presentations to any or none of the bidders.

2.4 Duration of Contract and Options to Extend

Any contract resulting from this RFR shall be for an initial duration of three (3)

years. The RMV reserves the option to extend the contract for two (2) additional

one (1) year periods at the same terms and conditions. The RMV shall exercise its

option by submitting written notice to the Contractor at least one hundred twenty

days (120) prior to the expiration date of the initial or any subsequent terms.

The RMV reserves the right to enter into a contract with the next highest successful Bidder if in the opinion of the RMV, if the first successful bidder is unable to substantially perform the Contractor’s duties.

5. Amendments to the Contract

The RMV reserves the option to engage the bidder to provide additional services which should be a time and materials rate. Bidder must include the rate table with the bid from this RFR to include services that the RMV and the Contractor mutually agree are consistent with the services solicited by this RFR at a rate equal to or lower than those compatible services already contracted for.

2.6 Evaluation Criteria

A contract will be awarded to the Bidder with the highest score based on a scale of

values to be assigned by the Procurement Committee after the responses have been

received but before being opened.

The Procurement Committee will evaluate responses and award points based on the following:

• Total Cost to Student 15%

• Bidder’s Experience and 20%

• Training Plan/Approach and Curriculum 30%

• Bidder’s Business Reference 10%

• Proposed Class Locations 15%

• Supplier Diversity 10%

SECTION III RESPONSIBILITIES

3. 1 RMV Responsibilities

The RMV will provide the names and addresses of individuals who are required to successfully complete a course of driver re-training. Such course completion may be required by a statutory requirement, a requirement of the Board of Appeal on Motor Vehicle Liability Policies and Bonds (hereafter Board of Appeal), or if ordered by a Judge of the Trial Court, or by the RMV as a condition of a person seeking reinstatement or seeking to avoid an impending suspension of a permit, license or right to operate. The RMV will update the driver’s record upon notification by the Contractor of the driver’s successful completion of the re-training program.

The RMV will, on a regular basis, select for re-training those individuals who appear to have accumulated three (3) surchargeable offenses within a two (2) year period. The RMV will be responsible for the administrative hearing process as described in the statute and will issue notice to those individuals who will be required to attend the Driver Re-training Program to avoid the indefinite suspension of their license. The RMV will also notify those individual drivers required to successfully complete the Driver Re-training Program as a condition of reinstatement of their license or right to operate, including those individuals identified in paragraph III.1 (b) – (f), or as otherwise determined by the RMV or Board of Appeal. A list of the names, addresses and license numbers of those individuals will be provided by electronic media to the Contractor as required. All data provided to the Contractor shall be kept in accordance with the requirements of Executive order 504, M.G.L. c93H and the Driver Privacy Protection Act (DPPA). Bidders will be required to enter into a data privacy agreement with the RMV once a contract has been awarded.

Statutory Requirements include but are not limited to:

a. Drivers who have accumulated three (3) surchargeable events (total of at-fault accidents and convictions of moving violations of motor vehicle laws, including payments or findings of responsibility pursuant to M.G.L. c. 90C and assignments to alcohol education programs under the provisions of c. 90, § 24D), during any two (2) year period on their individual driving record, as required by the provisions of M.G.L. c. 175, § 113B. Successful completion of the program will avoid a suspension of the driver’s license or right to operate;

Re-training which the RMV or Board of Appeal may determine to be needed may include:

b. Drivers whose license or right to operate has been suspended or revoked for a period of four (4) years as a “habitual traffic offender,” (HTO), pursuant to M.G.L. c. 90 § 22F. A driver designated as HTO may be required to successfully complete the program before the license or right to operate may be reinstated;

c. Drivers whose driving records reflect incidents, that in the opinion of the RMV or the Board of Appeal, or if ordered by a Judge of the Trial Court require the driver to be re-trained and to successfully complete the course as a condition of reinstatement, or ordered by the Commissioner of Probation require the driver to be re-trained and to successfully complete the course as a condition of probation;

d. Drivers currently under suspension or revocation and seeking a so-called “hardship” license or license limited to employment or educational purposes for limited daytime periods;

e. Drivers selected for re-training as result of legislative or regulatory changes made during the term of this contract which necessitates the re-training for additional categories of drivers;

f. Drivers with out-of-state licenses who have lost, or may lose, their right to operate in Massachusetts for the same or similar types of violations or events as described above. The Contractor shall offer the driver the course approved by the RMV. The Contractor shall also inform the driver of available programs in the driver’s home state which are recognized by the RMV as comparable to and an acceptable alternative to the RMV course.

g. Out of state military personnel.

(Drivers who reside in other states but who accumulate violations or surchargeable events in Massachusetts will also be identified as problem drivers. Although not subject to loss of license, they are subject to the loss of their right to operate a motor vehicle in Massachusetts.)

3.2 Contractor’s Responsibilities

In addition to all of the requirements detailed in Section IV, any item(s) not mentioned under Section IV. that are necessary to fulfill this Contract will be the responsibility of the selected Contractor.

SECTION IV BIDDER’S BUSINESS AND PERFORMANCE SPECIFICATIONS

The RMV intends to contract with one (1) primary Contractor who will be responsible for the administration and performance of a driver re-training program based on the requirements detailed in this RFR.

Mandatory requirements are designated by the words “must,” “will,” “shall,” “mandatory,” or “is required.” Bidders shall assume that every requirement included herein is a mandatory requirement unless it is clearly indicated to be otherwise. Bidders who fail to meet a mandatory requirement or do not provide an accepted equivalent will be deemed non-responsive.

Desirable qualifications are designated by the words “may,” “is desired,” or “desirable,” and will be used in qualitative evaluations to further distinguish the qualifications of respondents who have met all mandatory requirements.

4.1 Business Specifications

To be eligible for contract award, a Bidder must meet the following business specifications:

A. Bidder’s Years in Business and Experience

1. Bidder must have been in the business of designing and implementing an in-class driver training program for a minimum of five (5) years. The term “training” may include the training of persons for an initial driver’s license (whether passenger or commercial), for additional training or to upgrade an existing license, or the re-training of persons who have previously been issued a driver’s license.

2. It is desirable that the Bidder have, at a minimum, five (5) years of experience designing and implementing an in-class re-training program for repeat traffic offenders

3. It is mandatory that the bidder has experience administering driver training or re-training programs on a large volume basis (a minimum of at least 75,000 persons in a calendar year).

4. The Bidder must provide any studies or reports, whether published or unpublished, that detail or demonstrate the effectiveness of Bidder’s training program(s). Effectiveness may be shown through comparison of pass-fail numbers of persons who have successfully completed the Bidder’s training program(s) and either passed or failed a test for a driver’s license or upgraded license or through comparison of “before” and “after” driving records of repeat traffic offenders that have completed bidder’s re-training program(s).

5. Bidder must include a profile of its company’s operations, qualifications, and the organization capabilities.

6. Bidder must include a detailed description of the Bidder’s resources and experience relevant to the RFR performance requirements. Bidder must include a narrative on how and why its organization is capable of meeting the needs of the RMV relevant to this RFR.

7. Bidder must include a statement on the overall experience of the personnel, the total number of employees, distinguishing between administrative personnel, driver trainers and/or re-trainers, management and principal partners or officers. Bidder must include a current organizational chart in its Response.

8. It is desirable that at least fifty percent (50%) of Bidder’s trainers have at least two year’s experience in re-training of repeat traffic offenders.

B. Bidder’s Business References

Bidder must provide three (3) client references, including name, address, contact person, telephone number, months and years of service, and a description of the services that the Bidder provided to the client. These references will be used to support the Bidder’s ability to perform the services requested by this RFR.

Bidder may not use any member of the Procurement Committee as a business reference. The RMV and MassDOT may not be used as a business reference.

References will be called between the hours of 9:00 am and 5:00 pm Eastern Standard Time, regardless of location. References not available during this timeframe may be rejected by the Procurement Committee. Incorrect or missing telephone numbers may also result in rejection by the Procurement Committee.

C. Bidder’s Financial Strength

Bidder must provide evidence of its financial stability by including, in its Response, copies of financial statements (audited) for the most recent fiscal year of the Bidder for which the statements are available and which demonstrate that the Bidder’s organization is in sound financial condition, or that appropriate corrective action is being taken to resolve all identified financial problems. If statements are not available for the last fiscal year, then the Bidder may provide a pro forma statement of their most recent filings.

If the Bidder is a privately held entity that does not wish to submit its balance sheets and revenue statements, it must demonstrate to the Procurement Committee’s satisfaction that it is a financially stable organization. Alternative information which may be submitted includes, but is not limited to: number of employees, size of customer base, name of bank, name of law firm, name of accounting firm, rate of growth, approximate assets and liabilities. The Procurement Committee reserves the right to request additional information, if necessary.

4. 2 Performance Specifications

To be eligible for Contract award, a Bidder must agree in its Response to meet the following performance specifications:

A. Class Schedules and Facilities

1. Contractor must set and adhere to published schedules of training classes at designated places, dates and times. Contractor must submit training class schedule and locations to RMV quarterly.

2. Contractor must offer classes at locations throughout the Commonwealth. Contractor must include a list of proposed class locations. Contractor should offer a variety of night and weekend courses.

3. It is desirable that the Contractor offers classes at locations in a majority of the counties of the Commonwealth.

4. It is desirable that the Contractor offers classes in English and Spanish.

5. Contractor must be responsible for securing, and/or obtaining permission for the use of appropriate classroom teaching facilities used for re-training programs.

6. Contractor must be responsible for any costs associated with the use of such facilities, e.g., rent, lights, heat, insurance, etc., and no reimbursement or indemnification for such costs will be provided by the RMV.

7. Contractor must assure that the facilities and program elements for re-training problem drivers are accessible to drivers with physical disabilities and in compliance with the requirements of the Americans with Disabilities Act of 1990.

8. Contractor must agree that the RMV reserves the right to reject, at any time, the use of any facility it seems unfit for classroom instruction or geographically inconvenient for the registrants.

9. Contractor must provide a minimum of seven (7) locations throughout the Commonwealth.

B. Business Office and Telephones

1. Contractor must maintain a business office in the Commonwealth which shall be staffed Monday through Friday, between the hours of 9:00 am and 5:00 pm, to provide the administrative support necessary for successfully maintaining the program.

2. Contractor must agree to provide a toll-free “8XX” telephone exchange service number for program registration use.

3. Contractor must agree to provide a website for program information and registration use as approved by the RMV.

4. Contractor must submit monthly reports containing statistical information on call volumes, including the number of live answers, calls abandoned and hold times of the calls made to the Contractor’s 8XX telephone exchange.

C. Method of Instruction

1. Contractor must agree to design a curriculum based upon the theory that inducing positive changes in attitude and driving behavior of a person who has been identified as a problem driver, is a proven method of successful driver re-training.

2. It is desirable that the bidder have experiencing in designing and implementing a curriculum based upon proven educational or psychological principles, which may include, but not be limited to, methodologies such as William Glasser’s “Reality Theory,” or variations of programs developed for juvenile or first time offenders, generally known as “Scared Straight” programs. While the RMV may consider different educational approaches based upon the objective merits of each, the RMV believes it essential that any proposed curriculum be guided by a clear and consistent educational philosophy. The effectiveness of that philosophy in modifying the types of behavior that may lead to the need for driver re-training must be clearly demonstrated.

3. Contractor must agree to base the majority of the subject matter of the re-training program upon the “rules of the road” and the primary educational objective should be to assure an increased awareness and responsiveness to these rules by the re-training participants. The curriculum must include different forms of media to address a diverse community. The training must include videos of different styles of driving aggressions and ways to diffuse these aggressions.

4. Contractor must include a sample program curriculum. The proposed curriculum must encourage the problem driver to explore and understand his or her own attitudes in various driving situations and to also understand the behavioral driving characteristics that have resulted in the driver’s poor driving record. The proposed program must teach the problem driver that poor behavioral choices made behind the wheel often result in unintended consequences, including motor vehicle violations, or accidents, and that the driver must appreciate the responsibility placed upon each driver to conform his or her driving conduct for the benefit of other motorists, pedestrians, and themselves. Training should be highly interactive, engaging and take advantage of various forms of media. Classes should maintain an appropriate student to teacher ratio.

5. Contractor must provide an additional version of the Driver Re-training Program for those drivers who have completed a previous requirement for re-training.

6. Contractor must include a sample program curriculum in its Response that address recidivism and include a separate curriculum for repeat offenders.

D. Numbers of Drivers to be Re-Trained

1. Contractor must be prepared to conduct re-training classes at all locations beginning on August 15, 2015.

2. Contractor must be prepared to re-train between 75,000 and 80,000 problem drivers per year. This number is an estimate only and is likely to vary from year to year. The actual number of drivers to be re-trained may also increase, or decrease, if categories of offenders are added or deleted during the term of the Contract, by statutory or other regulatory authority, including upon order of the RMV. The RMV does not guarantee any minimum or maximum number of registrants in any calendar year.

E. Out-of-State Drivers and Out-of-State Programs

1. When the RMV identifies an out-of-state driver as a problem driver, Contractor must notify the driver of the availability of the course in Massachusetts using the same means of notification for in-state problem drivers.

Contractor must also notify the out-of-state driver of the name and location of similar programs in the driver’s home state, which may qualify for recognition by the RMV

2. Contractor must obtain information on similar programs in operation in other states and generate a list, on a yearly basis, of driver re-training programs the Contractor believes are comparable programs. The list must also include a statement as to the reason the Contractor believes the program is comparable.

3. Contractor must assist the RMV in determining which out-of-state programs meet the criteria established in the Commonwealth for a driver re-training program.

4. Contractor must coordinate with qualified programs to receive and disseminate information and referrals about problem drivers and about the programs.

5. If a qualified out-of-state program notifies the Contractor of the successful completion of the program by an individual problem driver referred from the RMV, the Contractor must electronically notify the RMV.

F. Electronic Updates

1. Contractor must agree that it possesses or will obtain computer hardware/software that is compatible with the Interchange as described at itd , to allow the Bidder and the RMV to exchange information directly into each others’ computer systems as required.

2. Contractor must agree that the RMV will electronically notify the Contractor of the names and addresses of the problem drivers requiring re-training.

3. Contractor must agree that it shall then notify, by letter approved by the RMV, each identified problem driver of the availability of the course and the required fee.

4. Contractor must agree that upon successful completion of the course by a driver, the Contractor shall issue and provide a hard-copy certificate to the graduate indicating successful completion of the course.

5. Contractor must agree that, within twenty-four (24) hours of the successful completion of the course by a driver, it will electronically notify the RMV through an established computer link.

6. It is mandatory that the Contractor have experience electronically registering, scheduling and maintaining records for all participants in a multi-site training program.

G. Costs, Fees and Transfers to RMV Accounts

1. Contractor must assume all costs of the Driver Re-Training Program.

2. Contractor must agree that each driver required to enroll in the Driver Re-training program will be assessed a reasonable and uniform fee for the course. Such fee shall not be in excess of the Bidder’s quote.

3. Contractor must arrange for and collect payment of the fee from the Registrant.

4. Contractor must deposit to a designated RMV account by way of Electronic Funds Transfer (EFT) as instructed by the RMV, twenty dollars ($20) of the fee collected from the registrant as reimbursement of RMV program costs.

5. Contractor must be responsible for any costs associated with the collection of checks drawn on insufficient funds, or on unpaid registration fees. The RMV will not refund its fee if the Contractor fails to recover from the student.

H. Contractor’s Ability to Provide Personnel

1. Contractor must provide a team of personnel, which consists of one (1) account manager and personnel sufficient to perform the services detailed in this RFR. The RMV shall not provide RMV personnel to perform functions required under this contract other than the functions the RMV has agreed to expressly undertake in Section 3.1.

2. Contractor must provide a statement certifying that it can provide the personnel as detailed in item 1 above. This certification must describe its commitment to providing the personnel over the term of the contract and how this commitment will be met.

3. Contractor must agree that all proposed personnel shall be subject to the same background investigation to which employees of the RMV are subject and that no approval of any proposed personnel shall be provided before that background investigation is complete and the RMV determines that it is appropriate for Contractor’s personnel to provide services to the RMV under the terms of the Contract.

4. Contractor must agree to immediately remove any person performing services under a resulting contract who is, in the judgment of the RMV, disqualified by reason of ethics, competence, criminal behavior, or motor vehicle violations, or any cause whatsoever, from doing commerce with, or providing services for the Commonwealth. Such person may be reinstated by the Contractor only upon clear written notice of the RMV’s approval.

5. Contractor must agree that it accepts full responsibility for the performance of any sub-contractors, if used. The Contractor may sub-contract the services requested by this RFR, but the RMV requires a single point of responsibility for this Contract. As Prime Contractor, the Contractor must identify any and all sub-contractors and must describe the type of contractual arrangement that will exist between the Contractor and the sub-contractors. Contractor must agree that it shall be responsible for meeting all of the terms and conditions of any Contract resulting from this RFR, including the performance of any sub-contractors. The RMV shall not be responsible for payments due a sub-contractor from the primary Contractor.

I. Personnel

Bidder must agree in its response that each person performing services under this contract shall meet the following requirements:

1. Account Manager

a) Contractor must propose an individual who will be named the Account Manager for the term of the Contract. The Account Manager will serve as the liaison between the Contractor and the RMV. Contractor must provide the name of the proposed Account Manager’s role in the Bidder’s organization.

b) Contractor must submit the resume for the proposed Account Manager. The resume must clearly present the proposed Account Manager’s experience relevant to this RFR. The resume must be detailed in describing relevant experience. The resume for the proposed Account Manager must also clearly indicate how the applicant meets or exceeds the specific requirements. Contractor must submit the resume for the proposed Account Manager in the format contained in Attachment B.

c) Contractor must propose an Account Manager who has demonstrated experience managing a team of personnel and who has at a minimum three (3) years experience managing driver training programs.

d) It is desirable that the Account Manager’s three (3) years of experience be in managing driver re-training programs.

2. Re-Training Instructors, Supervisors, Other Personnel

a. Contractor must agree to employ only those individuals as instructors who would be reasonably considered qualified instructors for such course by reason of their educational attainments, teaching experience and familiarity with the subject matter and methods used to successfully re-train problem drivers.

b. Contractor must agree to submit resumes (including driver license information) of each of its ten most senior staff members who will supervise the teaching of the re-training programs.

c. Contractors must provide resumes of additional personnel as requested. An otherwise qualified instructor shall not be used in any of the driver re-training program if the person is ineligible to obtain or retain driving privileges in any jurisdiction. The RMV may also reject the use of any particular instructor if the RMV has reason to believe that the instructor is not properly qualified as a re-training instructor. Each instructor must also pass a background check to the satisfaction of the RMV (see 4.2. H. 3.) The contractor must employ sufficient numbers of qualified instructors to meet the reasonably anticipated need for such instructors based upon the numbers of problem drivers identified by the RMV.

J. Monitoring Re-Trained Drivers and Contractor

1. Contractor must agree that the RMV may monitor driving records of persons who have taken and passed the Contractor’s Driver Re-training Program.

2. Contractor must agree that the RMV may require the Contractor to make adjustments to its Driver Re-training Program, including but not limited to, changes in curriculum, instructors, supervisory personnel and grading of persons attending the Driver Re-training Program.

3. Contractor must agree that the RMV may require the Contractor to periodically provide it with information the RMV reasonably believes necessary to monitor the Contractor’s performance, including but not limited to, information on numbers of students, number of classes held, class size, location and frequency of classes, pass/fail rate, etc.

4. Contractor must agree to submit on a weekly basis a reconciliation report detailing the number of drivers that have been retrained and the amount of funds transferred to the RMV.

5. Contractor must agree to collaborate with the RMV to create a survey at the end of the class to capture student feedback on their experience.

K. Start-up Deployment Plan

1. Contractor must propose and provide a Start-up Deployment Plan as part of the Response. The purposed Start-up Deployment Plan timetable must include realistic milestone dates to indicate when the Contractor will meet certain targets.

The Bidders Start-up Deployment Plan must include:

• The number of class locations the Contractor intends to have operational by specific dates;

• The number of instructors the Contractor plans to hire by specific dates;

• Plans to test its computer compatibility with the RMV Data Center;

• A date by which the Account Manager will be working full-time to implement this plan; and

• A realistic start-up date for full operations of the proposed Driver Re-Training Program.

2. The Bidder shall provide a Transition Plan as part of the response that describes the approach, process, procedures and controls that shall be used to ensure that operations will not be adversely affected during the transition from the vendor that is presently providing services to the RMV.

Additionally, the awarded Bidder shall produce an “end of contract” transition plan and begin documenting and submitting the plan to the RMV before the end of the contract performance.

3. It is required that a Bidder can be fully operational by August 15, 2015.

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

RFR NUMBER: RMV DL-TSE-2015-01

RELEASE DATE 1/23/2015

RESPONSE DUE DATE 02/18/2015 4:00 P.M.

WRITTEN INQUIRIES: 1/28/2015 4:00 P.M.

RESPONSE TO WRITTEN INQUIRIES: 2/04/2015 4:00 P.M.

VERSION

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

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

Google Online Preview   Download