STATE OF OREGON COVER PAGE WORKERS COMPENSATION CLAIMS TRAINING DCBS-1457-15



Similar documents
State Health Benefit Plan Procurement Policy

REQUEST FOR PROPOSAL

HACC, Central Pennsylvania s Community College Harrisburg, Pa.

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.


REQUEST FOR PROPOSAL Procurement of Landscaping Services

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, Table of Contents

Tobacco Point of Sale Marketing Software, Training and Technical Assistance

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # PAYROLL SERVICES FOR TEMPORARY RESOURCES

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL FOR POOL OF QUALIFIED CLAIMS EVALUATION SERVICE PROVIDERS

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES

Request for Proposals for Upgraded or Replacement Phone System

City of Sherwood, Oregon Request for Proposals For Consultant Services Woodhaven Park - Phase 2 Design Plan

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP For. Integrated Marketing Communications Services

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Request for Proposal Insurance Product Broker No June 16, 2014

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP For Website Content Development HACC

City of Scappoose, Oregon Request for Proposals MAPPING & GIS PROJECT

LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014

CITY OF RIVERSIDE, MISSOURI REQUEST FOR PROPOSALS FINANCIAL ADVISOR SERVICES

TABLE OF CONTENTS. Purchasing and Contracts Division Purchasing Policies and Procedures The Competitive Process... 2

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

Independent IT Quality Assurance (QA) Services for Project and Portfolio Management Information System (PROMIS)

Request for Qualifications (RFQ) Insurance Broker/Consultation Services City of Shenandoah Employee Benefits Plan

REQUEST FOR PROPOSALS

Request for Proposal for. Identity Theft Protection Services. RFP No Sealed Proposals will be received until April 2, 2015 at 3pm

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF POMONA. Request for Qualifications and Proposals. For

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

Request for Proposal. Credit (Purchasing) Card Services Program

REQUEST FOR PROPOSAL (RFP)

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

Drug Court Evaluation Services Cayuga County, New York Request for Proposals OCA / Professional and Court Services #005

Request for Proposal: Graphic Design Services for the Town of Okotoks

NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE

REQUEST FOR PROPOSALS SPEC. # 4995

LEGAL NOTICE REQUEST FOR BID SEALED BID For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.

REQUEST FOR PROPOSALS

Request for Proposal No. RFP Project Construction Management Services. for. Capital Levy BTA IV Project: Ingraham High School Classroom Addition

REQUEST FOR PROPOSALS

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO

Kennebec Valley Community College 92 Western Avenue Fairfield, ME Competitive Bid Request for Proposal This is Not an Order

REQUEST for STATEMENTS OF QUALIFICATIONS PROFESSIONAL ARCHITECTURAL & ENGINEERING SERVICES FOR. DESIGN of Two Parking Garages:

REQUEST FOR PROPOSALS

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

City of Plano Municipal Center 1520 Avenue K # 370 Plano, TX 75074

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

City of Powell Request for Proposals for a Total Compensation Survey

Request for Proposal For Internet Service

REQUEST FOR QUALIFICATIONS AND EXPERIENCE

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

Bid closing date December 21, 2013

FOR THE COLUMBIA COUNTY RIDER TRANSIT CENTER IN RAINIER, OREGON

REQUEST FOR PROPOSALS VOLUNTEER SECURITY VETTING SERVICES

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

SOLICITATION QUOTATION PROFESSIONAL SERVICES

TAHOE REGIONAL PLANNING AGENCY REQUEST FOR PROPOSAL FOR SOFTWARE CONSULTANT

Request for Proposals

Florida Division of Emergency Management ITB-DEM Disaster Recovery Services Questions and Answers (ANSWERS IN BOLD)

Request for Proposals BUILDING DEMOLITION SERVICES

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

REQUEST FOR PROPOSALS

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

TABLE OF CONTENTS. Prefacej... 1

Request for Proposals (RFP)

Policy Number: Policy Name: Professional Services and Construction Services Procurement

PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR March 7 th, 2013

Request for Proposal For: Video Production and Live Streaming Services. ABA Section of Litigation August 14, 2013.

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS AND PRIME CONTRACTORS. (for construction projects valued at more than $250,000) for

HELP-NEW MEXICO, INC. REQUEST FOR PROPOSAL FOR DATABASE REPORTING SYSTEM

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ Phone: , X 215 Fax:

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL ADVISORY SERVICES

REQUEST FOR PROPOSAL PROJECT TITLE: NETWORK INFRASTRUCTURE VULNERABILITY ASSESSMENT RFP NUMBER: # IS

REQUEST FOR PROPOSALS CORPORATE PROPERTY & LIABILITY INSURANCE BROKER SERVICES

UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES

How to File a Workers Compensation Request For Proposal

REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services

CITY OF BONITA SPRINGS, FLORIDA RFP #

Fayetteville Public Schools Request for Proposals

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

Robla School District

REQUEST FOR QUALIFICATIONS AND PROPOSALS INSURANCE BROKER FOR PROPERTY, CASUALTY, FIDELITY AND OTHER INSURANCE

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL FINANCIAL ADVISOR SERVICES FOR COMMUNITY CONSOLIDATED SCHOOL DISTRICT 62

PROCUREMENT POLICY CHAPTER

REQUEST FOR PROPOSALS. Professional Consultant Retainer Contract

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

Office of the Special Deputy Receiver 222 Merchandise Mart Plaza Suite 1450 Chicago, IL

Transcription:

STATE OF OREGON COVER PAGE Department of Consumer and Business Services Workers Compensation Division WORKERS COMPENSATION CLAIMS TRAINING Request for Proposal (RFP) DCBS-1457-15 Date of Issue: February 2, 2016 Closing Date: March 1, 2016 Single Point of Contact (SPC): Robin Linville Address: 350 Winter St. NE Rm. 300 City, State, Zip Salem, OR 97301 Phone (voice) (503) 947-7926 Phone (fax) (503) 947-7085 E-mail: robin.linville@oregon.gov Page 1 of 21

TABLE OF CONTENTS SECTION 1: GENERAL INFORMATION... 3 1.1 INTRODUCTION... 3 1.2 SCHEDULE... 3 1.3 SINGLE POINT OF CONTACT (SPC)... 3 SECTION 2: AUTHORITY, OVERVIEW, AND SCOPE... 3 2.1 AUTHORITY AND METHOD... 3 2.2 DEFINITION OF TERMS... 4 2.3 OVERVIEW... 4 2.4 SCOPE OF WORK... 4 SECTION 3: PROCUREMENT REQUIREMENTS AND EVALUATION... 4 3.1 MINIMUM REQUIREMENTS... 4 3.2 MINIMUM SUBMISSION REQUIREMENTS... 5 3.3 PROCUREMENT PROCESS... 6 3.4 PROPOSAL CONTENT REQUIREMENTS... 8 3.5 EVALUATION PROCESS... 9 3.6 REFERENCES (20 maximum points)... 12 3.7 NEXT STEP DETERMINATION... 12 3.8 PROCUREMENT PROCESS... 12 3.9 COST EVALUATION... 13 3.10 PREFERENCES:... 13 3.11 POINT AND SCORE CALCUATIONS:... 14 3.12 RANKING AND PROPOSERS... 14 SECTION 4: AWARD AND NEGOTIATION... 17 4.1 AWARD NOTIFICATION PROCESS... 17 4.2 INTENT TO AWARD PROTEST... 17 4.3 APPARENT SUCCESSFUL PROPOSER SUBMISSION REQUIREMENTS... 18 4.4 CONTRACT NEGOTIATION... 19 SECTION 5: ADDITIONAL INFORMATION... 19 5.1 OMWESB PARTICIPATION... 19 5.2 GOVERNING LAWS AND REGULATIONS... 19 5.3 OWNERSHIP/PERMISSION TO USE MATERIALS... 20 5.4 CANCELLATION OF RFP; REJECTION OF PROPOSALS; NO DAMAGES... 20 5.5 COST OF SUBMITTING A PROPOSAL... 20 5.6 STATEWIDE E-WASTE/RECOVERY POLICY... 20 5.7 RECYCABLE PRODUCTS... 20 SECTION 6: LIST OF ATTACHMENTS... 20 Page 2 of 21

SECTION 1: GENERAL INFORMATION 1.1 INTRODUCTION The State of Oregon, acting by and through the Department of Consumer and Business Services, Workers Compensation Division ( Agency ), is issuing this Request for Proposals seeking a vendor to provide workers compensation claims training in Salem, Oregon. Additional details on the Scope the services included in the Scope of Work section. Agency anticipates the award of one Contract from this RFP. The initial term of the Contract is anticipated to be 1 year with an option to renew. 1.2 SCHEDULE The table below represents a tentative schedule of events. All times are listed in Pacific Time. All dates listed are subject to change. Event Date Time Questions / Requests for Clarification Due February 9, 2016 2:00PM Answers to Questions / Requests for Clarification Issued (approx.) February 12, 2016 Closing (Proposals Due) March 2, 2016 2:00 PM Interviews To be Determined Issuance of Notice of Intent to Award (approx.) March 24, 2016 Award Protest Period Ends 1.3 SINGLE POINT OF CONTACT (SPC) 7 days after Notice of Intent to Award The SPC for this RFP is identified on the Cover Page, along with the SPC s contact information. Proposer shall direct all communications related to any provision of the RFP, whether about the technical requirements of the RFP, contractual requirements, the RFP process, or any other provision only to the SPC. SECTION 2: AUTHORITY, OVERVIEW, AND SCOPE 2.1 AUTHORITY AND METHOD Agency is issuing this RFP pursuant to its authority under OAR 125-246-0170(2). Agency is using the Competitive Sealed Proposals method, pursuant to ORS 279B.060 and OAR 125-247-0260. Agency may use a combination of the methods for Competitive Sealed Proposals, including optional procedures: a) Competitive Range; b) Discussions and Revised Proposals; c) Revised Rounds of Negotiations; d) Negotiations; e) Best and Final Offers; and f) Multistep Sealed Proposals. Page 3 of 21

2.2 DEFINITION OF TERMS For the purposes of this RFP, capitalized words will refer to the following definitions. 2.2.1 General Definitions Capitalized terms not specifically defined in this document are defined in OAR 125-246-0110. 2.3 OVERVIEW 2.3.1 Agency Overview and Background The Department of Consumer and Business Services is Oregon s largest consumer protection and business regulatory agency. The Department of Consumer and Business Services, Workers Compensation Division (Agency) administers, regulates and enforces the laws and administrative rules governing the Oregon workers compensation system. 2.3.2 Project Overview and Background Agency is a public service organization that provides support to the Oregon workers compensation community through its staff. Thus, the knowledge base is the organization s greatest asset and must be retained for it to be successful in accomplishing its mission and statutory objectives. 2.3.3 Purpose The Agency s institutional knowledge base has been and will continue to be depleted over the next five years, due mainly to retirements. Therefore, Agency is seeking an exceptional trainer with extensive experience in the Oregon s workers compensation system to mitigate the effects of this loss and ensure the same or better service is provided by the Agency to the citizens of Oregon. 2.4 SCOPE OF WORK The Agency is seeking a Contractor to provide Oregon workers compensation system understanding and claims processing training to the Agency s staff. SECTION 3: PROCUREMENT REQUIREMENTS AND EVALUATION 3.1 MINIMUM REQUIREMENTS To be considered for evaluation, Proposal must demonstrate how Proposer meets all requirements of this section: Page 4 of 21

3.1.1 Minimum Proposer Requirements 3.1.1.1 Ten or more years experience interpreting Oregon administrative rules, Oregon Revised Statutes, and Oregon court decisions. 3.1.1.2 Ten or more years experience successfully training claims examiners for the Oregon workers compensation industry. 3.1.1.3 Ten or more years experience processing Oregon workers compensation claims 3.1.2 Minimum Key Person Requirements Proposer must employ or contract key person(s) that meet all of the requirements in this section. Proposer may submit 1 or more key person(s) so long as all requirements are met. 3.1.2.1 Ten or more years experience interpreting Oregon administrative rules, Oregon Revised Statutes, and court decisions. 3.1.2.2 Ten or more years experience successfully training claims examiners for the Oregon workers compensation industry. 3.1.2.3 Ten or more years experience processing Oregon workers compensation claims 3.2 MINIMUM SUBMISSION REQUIREMENTS 3.2.1 Proposal Format and Quantity Proposal should follow the format and reference the sections listed in the Proposal Content Requirements section. Responses to each section and subsection should be labeled to indicate the item being addressed. Proposal must describe in detail how requirements of this RFP will be met and may provide additional related information. Cost information must be submitted as a separate sealed envelope. Proposer shall submit its Proposal using only white 8 ½ x 11 Recycled Paper, without extensive art work, unusual printing, or other materials not essential to the utility and clarity of the Proposal. Proposer shall submit an original, bearing the Proposer s authorized representative s Signature, and five (5) copies of its Proposal. In addition, if Proposer believes of its Proposal is exempt from disclosure under Oregon Public Records Law (ORS 192.410 through 192.505), Proposer shall complete and submit the Affidavit of Trade Secret (Attachment B) and a fully redacted version of its Proposal, clearly identified as the redacted version. Proposer shall submit its Proposal in a sealed package addressed to the SPC with the Proposer s name and the RFP number clearly visible on the outside of the package. 3.2.2 Proposal Page Limit There is no Proposal page limit Page 5 of 21

3.2.3 Authorized Representative A representative authorized to bind the Proposer shall sign the Proposal. Failure of the authorized representative to sign the Proposal may subject the Proposal to rejection by Agency. 3.3 PROCUREMENT PROCESS 3.3.1 Public Notice The RFP, including all Addenda and attachments, is published in the Oregon Procurement Information Network (ORPIN) at http://www.orpin.oregon.gov. RFP documents will not be mailed to prospective Proposers. Agency shall advertise all Addenda on ORPIN. Prospective Proposer is solely responsible for checking ORPIN to determine whether or not any Addenda have been issued. Addenda are incorporated into the RFP by this reference. 3.3.2 Questions / Requests for Clarification All inquiries, whether relating to the RFP process, administration, deadline or method of award or to the intent or technical aspects of the RFP must: Be delivered to the SPC via email, facsimile, hard copy Reference the RFP number Identify Proposer s name and contact information Be sent by an authorized representative Refer to the specific area of the RFP being questioned (i.e. page, section and paragraph number); and Be received by the due date and time for Questions/Requests for Clarification identified in the Schedule 3.3.3 Proposal Submission Options Proposer is solely responsible for ensuring its Proposal is received by the SPC in accordance with the RFP requirements before Closing. Agency is not responsible for any delays in mail or by common carriers or by transmission errors or delays or mistaken delivery. Proposal submitted by any means not authorized will be rejected. 3.3.3.1 Submission through ORPIN Submission through ORPIN is not allowed for this RFP. 3.3.3.2 Submission through Mail or Parcel Carrier Proposal may be submitted through the mail or via parcel carrier, and must be clearly labeled and submitted in a sealed envelope, package or box. The outside of the sealed submission must clearly identify the Proposer s name and the RFP number. It must be sent to the attention of the SPC at the address listed on the Cover Page. Page 6 of 21

3.3.3.3 Submission in Person Proposal may be hand delivered, and must be clearly labeled and submitted in a sealed envelope, package or box. Hand delivered Proposals must be turned into room 11 in the basement of 350 Winter St. NE, Salem, OR 97301. Proposal will be accepted, prior to Closing, during Agency s normal Monday Friday business hours of 8:00 am to 5:00 pm Pacific Time, except during State of Oregon holidays and other times when Agency is closed. The outside of the sealed submission must clearly identify the Proposer s name and the RFP number. It must be delivered to the attention of the SPC at the address listed on the Cover Page. 3.3.4 Proposal Modification or Withdrawal Any Proposer who wishes to make modifications to a Proposal already received by Agency shall submit its modification in one of the manners listed in the Proposal Submission Options section and must denote the specific change(s) to the Proposal submission. If a Proposer wishes to withdraw a submitted Proposal, it shall do so prior to Closing. The Proposer shall submit a Written notice Signed by an authorized representative of its intent to withdraw its Proposal in accordance with OAR 125-247-0440. The notice must include the RFP number and be submitted to the SPC. 3.3.5 Proposal Due Proposal and all required submittal items must be received by the SPC on or before Closing. Proposal received after the Closing will not be accepted. All Proposal modifications or withdrawals must be completed prior to Closing. Proposals received after Closing are considered LATE and will NOT be accepted for evaluation. Late Proposals will be returned to the respective Proposer or destroyed. 3.3.6 Proposal Rejection Agency may reject a Proposal for any of the following reasons: Proposer fails to substantially comply with all prescribed RFP procedures and requirements, including but not limited to the requirement that Proposer s authorized representative sign the Proposal in ink. Proposer fails to meet the responsibility requirements of ORS 279B.110. Proposer makes any contact regarding this RFP with State representatives such as State employees or officials other than the SPC or those the SPC authorizes, or inappropriate contact with the SPC. Proposer attempts to inappropriately influence a member of the Evaluation Committee. Proposal is conditioned on Agency s acceptance of any other terms and conditions or rights to negotiate any alternative terms and conditions that are not reasonably related to those expressly authorized for negotiation in the RFP or Addenda. Page 7 of 21

3.3.7 Opening of Proposal There will be no public Opening of Proposals. Proposals received will not be available for inspection until after the evaluation process has been completed and the Notice of Intent to Award is issued pursuant to OAR 125-247-0630. However, Agency will record and make available the identity of all Proposers after Opening. 3.4 PROPOSAL CONTENT REQUIREMENTS Proposal must address each of the items listed in this section and all other requirements set forth in this RFP. Proposer shall describe the Services to be performed. A Proposal that merely offers to provide the goods or services as stated in this RFP will be considered non- Responsive to this RFP and will not be considered further. 3.4.1 Proposal Certification Sheet The Proposer shall complete and submit the Proposal Certification Sheet (Attachment C). 3.4.2 Proposer Information Sheet The Proposer shall complete and submit the Proposer Information Sheet (Attachment D). 3.4.3 Key Persons and their Resumes Specify key persons to be assigned to this Project, and include a current resume (not to exceed 2 pages each) for each individual that demonstrates qualifications and experience for the Work described. 3.4.4 References Provide at least 3 references from current or former client firms for similar projects performed for any clients within the last 5 years. References must verify the quality of previous, related Work. Proposer shall submit reference names and contact information. Agency may check to determine if references provided support Proposer s ability to comply with the requirements of this RFP. Agency may use references to obtain additional information, break tie scores, or verify any information needed. Agency may contact any reference (submitted or not) to verify Proposer s qualifications. 3.4.5 Project Implementation Plan Briefly describe how Proposer would carry out the major activities of this project in context with the Scope of Work. Provide a comprehensive management plan that the Proposer intends to follow. Illustrate how the plan will serve to coordinate and accomplish the Work. 3.4.6 Cost Proposal Submit a detailed Cost Proposal (Attachment H) stating the cost for each class. Include a breakdown of all labor, profit and expenses. Cost proposal must be in a separate sealed envelope and must clearly identify the Proposer s name and RFP number. Page 8 of 21

3.4.7 Public Record/Confidential or Proprietary Information All Proposals are public record and are subject to public inspection after Agency issues the Notice of the Intent to Award. If a Proposer believes that any portion of its Proposal contains any information that is a trade secret under ORS Chapter 192.501(2) or otherwise is exempt from disclosure under the Oregon Public Records Law (ORS 192.410 through 192.505), Proposer shall complete and submit the Affidavit of Trade Secret (Attachment B) and a fully redacted version of its Proposal. Proposer is cautioned that cost information generally is not considered a trade secret under Oregon Public Records Law (ORS 192.410 through 192.505) and identifying the Proposal, in whole, as exempt from disclosure is not acceptable. Agency advises each Proposer to consult with its own legal counsel regarding disclosure issues. If Proposer fails to identify the portions of the Proposal that Proposer claims are exempt from disclosure, Proposer has waived any future claim of non-disclosure of that information. 3.5 EVALUATION PROCESS 3.5.1 Responsiveness and Responsibility Determination Proposals received prior to Closing will be reviewed for Responsiveness to all RFP requirements including compliance with Minimum Requirements section and Proposal Content Requirements section. If the Proposal is unclear, the SPC may request clarification from Proposer. However, clarifications may not be used to rehabilitate a non-responsive Proposal. If the SPC finds the Proposal non-responsive, the Proposal may be rejected, however, Agency may waive mistakes in accordance with OAR 125-247-0260. In accordance with OAR 137-047-0261(6)(a)(A), Agency may establish a Competitive Range of all Proposers who have made a good faith effort in submitting a Proposal in response to this RFP for the purpose of correcting deficiencies in Proposals for determining responsiveness during Round 1. At any time prior to award, Agency may reject a Proposer found to be not Responsible. 3.5.2 Evaluation Criteria (100 Maximum Points) Proposals meeting the requirements outlined in the Proposal Content Requirements section will be evaluated by an Evaluation Committee or as otherwise specified in Section 3. Evaluators will assign a score of 0 to 15 for each evaluation criterion or as otherwise specified below in section 3. SPC may request further clarification to assist the Evaluation Committee in gaining additional understanding of Proposals. A response to a clarification request must be to clarify or explain portions of the already submitted Proposal and may not contain new information not included in the original Proposal. Page 9 of 21

3.5.2.1 Number of years of experience interpreting Oregon Administrative Rules, Oregon Revised Statutes, and Oregon Court Decisions (15 maximum points) SCORE 15 EXPLANATION 21 years and up of years experience interpreting OARs, ORSs and court decisions 10 16-20 years experience interpreting OARs, ORSs and court decisions 5 10-15 years experience interpreting OARs, ORSs and court decisions 3.5.2.2 Number of years of experience successfully training claims examiners for the Oregon workers compensation industry (15 maximum points) SCORE 15 10 5 EXPLANATION 21 years and up of years experience successfully training claims examiners for the Oregon workers compensation industry 16-20 years experience successfully training claims examiners for the Oregon workers compensation industry 10-15 years experience successfully training claims examiners for the Oregon workers compensation industry 3.5.2.3 Number of years of experience processing Oregon workers compensation claims (15 maximum points) SCORE 15 EXPLANATION 21 years and up of years experience processing Oregon workers compensation claims 10 16-20 years experience processing Oregon workers compensation claims 5 10-15 years experience processing Oregon workers compensation claims 3.5.2.4 Course content (10 maximum points) SCORE EXPLANATION 10 Meets minimum RFP course content and includes additional course content 5 Meets minimum RFP course content required Page 10 of 21

3.5.2.5 3.5.2.5 Length of Class Series (5 maximum points) SCORE 5 Above Average 3 Average 1 Poor EXPLANATION Page 11 of 21

3.6 REFERENCES (20 maximum points) Agency will attempt to contact each reference given, for a maximum of 3 references. Each reference that is contacted will be asked to rate the Proposer on the same XX questions listed below, on a scale of 1-5 points with 5 points being the highest points available for each question. The points awarded will be the average of the three reference scores. Scored Questions: 1. Did the vendor meet the overall training needs? 2. Was the vendor amicable to changing pre-designed training to meet your specific needs? 3. Did the vendor comply with the contractual specifications and obligations? 4. Would you hire this vendor again to provide training on this subject matter? Unscored Questions: 3.7 Vendor s ability to interpret Oregon Administrative Rules, Oregon Revised Statutes and Oregon court decisions Was the vendor knowledgeable about recent court decisions for the specific topic area? Was the vendor knowledgeable about recent statute changes? Was the vendor knowledgeable about recent rule changes? Was the vendor able to present multiple sides of a law interpretation? Was the vendor able to then describe and present the best interpretation including the reasoning why that interpretative option was chosen? 3.8 Ability to successfully train workers compensation claims examiners Did the vendor offer classroom style training? Did the vendor offer supplemental online training? Did the vendor account for different learning styles during the course of the training? o Did the trainer provide visual training aids? Yes No o Did the trainer provide audible training aids? Yes No o Did the trainer provide tactile training aids? Yes No Page 12 of 21

Did the vendor provide training materials in physical format? Yes No Did the vendor provide training materials in electronic format? Yes No Was the vendor available to answer trainees questions outside of the learning environment? o By phone? Yes No o By email? Yes No o By web forum? Yes No Did the vendor assess trainees understanding of materials? Yes No o Did that assessment occur at the end of each training unit? Yes No o Did that assessment occur at the end of the training course? Yes No 3.9 Experience processing Oregon workers compensation claims Did the vendor present materials related to claims and claims processing? Yes No Did the vendor share first hand anecdotal experiences with the attendees related to claims or claims processing? Yes No Did the vendor share with attendees differences in the claims processes as they relate to various kinds of insurers or claims processors (i.e. traditional, self-insured employers, self-insured employer groups, third party processors)? Yes No Did you require the vendor to be knowledgeable about recent (within the last 24 months) legal matters and cases that affect or may affect claims or claims processing? Yes No o If yes, was the vendor able to meet that requirement to your satisfaction? Yes No o If yes, was the vendor able to discuss and answer questions related to legal matters that affect or may affect claims or claims processing? Yes No Was the vendor able to answer questions about claims and claims processing in a manner that led to greater understanding by attendees? Yes No After the session, did attendees rate the vendor overall? Yes No 3.10 If yes, did the attendees see the vendor as being knowledgeable about: o the entire claims and claims process generally? Yes No o differences in the various types of claims? Yes No Page 13 of 21

o legal matters affecting or possibly affecting claims? Yes No o real-life claims and claims processing issues? Yes No 3.11 If yes, did the attendees rate the vendor favorably as related to the following: o The vendor was organized. Yes No Did not ask o The vendor was on time. Yes No Did not ask o The vendor was dynamic and interesting. Yes No Did not ask o The vendor was easy to understand and described things at a level that the attendees were able to readably grasp. Yes No Did not ask o The vendor was open to questions and discussion. Yes No Did not ask o The vendor stayed on point during the session. Yes No Did not ask Agency will make 3 attempts to contact each of the references provided by the Proposer. If these attempts are unsuccessful, the Proposer will receive a score of zero for that reference. Agency reserves the right to request references in addition to those provided by the Proposer, to investigate any references whether or not furnished by the Proposer, and to investigate the past performance of any Proposer. Agency may postpone the award or execution of the Contract after the announcement of the apparent successful Proposer in order to complete its investigation. 3.12 NEXT STEP DETERMINATION Agency may determine Apparent Successful Proposer at the conclusion of the above evaluation, or Agency may conduct additional rounds of competition if in the best interest of the State. Additional rounds of competition may consist of, but will not be limited to: Establishing a Competitive Range Presentations/Demonstrations/Additional Submittal Items Interviews Best and Final Offers Page 14 of 21

3.13 PROCUREMENT PROCESS 3.13.1 Interviews (15 maximum points) The top ranking Responsive and Responsible Proposers may be invited to participate in Proposer interviews. Agency may interview up to 5 such Proposers. Interviews may be in person at a location determined by Agency; however, Agency may elect to conduct interviews via teleconference or video conference. Proposers being interviewed will be evaluated by a committee as described below. 3.13.2 Interview Evaluation Criteria Proposers will be independently evaluated by the members of the evaluation committee. Evaluators will assign a score of 0 to 15 for each evaluation criterion listed below in this section. Agency may request clarification to gain understanding of Proposals. A response to a clarification must be to clarify or explain portions of the already submitted Proposal and may not contain new information not included in the original Proposal. SCORE 15 8 14 7 1 6 0 EXPLANATION OUTSTANDING - Response meets all the requirements and has demonstrated in a clear and concise manner a thorough knowledge and understanding of the subject matter and project. The Proposer provides insight into its expertise, knowledge, and understanding of the subject matter. VERY GOOD Response provides useful information, while showing experience and knowledge within the category. Response demonstrates above average knowledge and ability with no apparent deficiencies noted. ADEQUATE Response meets all requirements in an adequate manner. Response demonstrates an ability to comply with guidelines, parameters, and requirements with no additional information put forth by the Proposer. FAIR Proposer meets minimum requirements, but does not demonstrate sufficient knowledge of the subject matter. RESPONSE OF NO VALUE An unacceptable response that does not meet the requirements set forth in the RFP. Proposer has not demonstrated knowledge of the subject matter. Page 15 of 21

3.13.2.1 Experience in interpreting Oregon Administrative Rules, Oregon Revised Statutes, and court decisions (5 maximum points) 3.13.2.2 Did Experience include recent court decisions (5 maximum points) 3.13.2.3 Experience in successfully training claims examiners for the Oregon workers compensation industry (5 maximum points) 3.13.2.4 Experience in processing Oregon workers compensation claims (5 maximum points) 3.14 COST EVALUATION (10 maximum points) The SPC will conduct the cost evaluation. The SPC will award a cost score to each Cost Proposal based upon the percentage of the proposed cost as compared to the lowest Proposer s cost using the following formula: lowest cost of all Proposers cost being scored X cost points possible = cost score 3.15 PREFERENCES 3.15.1 Oregon Supplies and Services Agency prefers Oregon goods and services, and for evaluation purposes, per ORS 279A.128, Agency shall subtract 5% from the cost for any Proposer proposing all Goods fabricated or processed or all Services performed entirely in Oregon before calculating the cost score. 3.15.2 Reciprocal Preference For evaluation purposes per OAR 125-246-0310, Agency shall add a percent increase to each out-of-state Proposer's Proposal price that is equal to the percent preference, if any, given to a Resident Proposer of the Proposer's state. 3.16 POINT AND SCORE CALCULATIONS Scores are the values (0 through 15) assigned by each evaluator. Points are the total possible value for each section as listed in the table below. The SPC will average all scores for each evaluation criterion. Cost points are calculated as stated in the Cost Evaluation section. Points possible are as follows: 3.5.2.1 TOTAL POINTS POSSIBLE : POINTS POSSIBLE Years experience interpreting OARs, ORSs and court decisions 3.5.2.2 Years experience successfully training claims examiners 105 95 15 15 Page 16 of 21

3.5.2.3 Years experience processing Oregon workers compensation claims 3.5.2.4 Course content 3.5.2.5 Length of class series 3.4.4 References 3.8 Interviews 3.12 COST POINTS POSSIBLE 15 10 5 20 15 10 3.17 RANKING OF PROPOSERS SPC will rank all Proposers advancing through all rounds of evaluation. The SPC will total the final average score (calculated by totaling the points awarded by each Evaluation Committee member and dividing by the number of members) from all rounds of competition, together with references, and final cost. After each applicable preference has been applied, SPC will determine rank order for each respective Proposal and Proposer, with the highest score receiving the highest rank, and successive rank order determined by the next highest score. SPC will rank all Proposers advancing through all rounds of evaluation. The SPC will total the points from the final round of evaluation and cost to determine final ranking SECTION 4: AWARD AND NEGOTIATION 4.1 AWARD NOTIFICATION PROCESS 4.1.1 Award Consideration Agency, if it awards a Contract, shall award a Contract to the highest ranking Responsible Proposer(s) based upon the scoring methodology and process described in Section 3. Agency may award less than the full Scope defined in this RFP. 4.1.2 Intent to Award Notice Agency will notify all Proposers in Writing that Agency intends to award a Contract to the selected Proposer(s) subject to successful negotiation of any negotiable provisions. 4.2 INTENT TO AWARD PROTEST 4.2.1 Protest Submission An Affected Proposer shall have 7 calendar days from the date of the intent to award notice to file a Written protest. A Proposer is an Affected Proposer only if the Proposer would be eligible for Contract award in the event the protest was successful and is protesting for one or more of the following reasons as specified in ORS 279B.410: All higher ranked Proposals are non-responsive. Agency has failed to conduct an evaluation of Proposals in accordance with the criteria or process described in the RFP. Page 17 of 21

Agency abused its discretion in rejecting the protestor s Proposal as non- Responsive Agency s evaluation of Proposals or determination of award otherwise violates ORS Chapter 279B or ORS Chapter 279A. If Agency receives only one Proposal, Agency may dispense with the intent to award protest period and proceed with Contract Negotiations and award. 4.2.1.1 Protests must: Be delivered to the SPC via email, facsimile or hard copy Reference the RFP number Identify prospective Proposer s name and contact information Be signed by an authorized representative Specify the grounds for the protest Be received within 7 calendar days of the intent to award notice 4.2.2 Response to Protest Agency will address all timely submitted protests within a reasonable time and will issue a Written decision to the respective Proposer. Protests that do not include the required information may not be considered by Agency. 4.3 APPARENT SUCCESSFUL PROPOSER SUBMISSION REQUIREMENTS 4.3.1 Insurance Prior to execution of the Contract, the apparent successful Proposer shall secure and demonstrate to Agency proof of insurance coverage meeting the requirements identified in the RFP or as otherwise negotiated. Failure to demonstrate coverage may result in Agency terminating Negotiations and commencing Negotiations with the next highest ranking Proposer. Proposer is encouraged to consult its insurance agent about the insurance requirements contained in Insurance Requirements in Attachment A prior to Proposal submission. 4.3.2 Taxpayer Identification Number The apparent successful Proposer shall provide its Taxpayer Identification Number (TIN) and backup withholding status on a completed W-9 form if either of the following applies: When requested by Agency (normally in an intent to award notice), or When the backup withholding status or any other information of Proposer has changed since the last submitted W-9 form, if any. Agency will not make any payment until Agency has a properly completed W-9. 4.3.3 Tax Affidavit Prior to execution of the Contract, the apparent successful Proposer shall complete and submit the Tax Affidavit (Attachment E) to demonstrate compliance with Oregon Tax Laws. Page 18 of 21

Failure to demonstrate compliance may result in a finding of non-responsibility. 4.3.4 BUSINESS REGISTRY If selected for award, Proposer shall be duly authorized by the State of Oregon to transact business in the State of Oregon before executing the Contract. The selected Proposer shall submit a current Oregon Secretary of State business registry number or an explanation if not applicable. All Corporations and other business entities (domestic and foreign) must have a Registered Agent in Oregon. See requirements and exceptions regarding Registered Agents. For more information, see Oregon Business Guide, How to Start a Business in Oregon and Laws and Rules. The titles in this subsection are available at the following Internet site: http://www.filinginoregon.com/index.htm. 4.4 CONTRACT NEGOTIATION 4.4.1 Negotiation After selection of a successful Proposer, Agency may negotiate the Statement of Work and the following terms and conditions: Method of Payments Term of Contract Extensions Invoicing Prices or Consideration Insurance In the event that the parties have not reached mutually agreeable terms within 15 calendar days, Agency, at its discretion, may terminate Negotiations and commence Negotiations with the next highest ranking Proposer. SECTION 5: ADDITIONAL INFORMATION 5.1 OMWESB PARTICIPATION Pursuant to Oregon Revised Statute (ORS) Chapter 200, and as a matter of commitment, Agency encourages the participation of minority, women, and emerging small business enterprises in all contracting opportunities. Agency also encourages joint ventures or subcontracting with minority, women, and emerging small business enterprises. For more information please visit http://www.oregon.gov/gov/mwesb/pages/index.aspx If the Contract results in subcontracting opportunities, the successful Proposer may be required to submit a completed OMWESB Outreach Plan (Attachment G) prior to execution. 5.2 GOVERNING LAWS AND REGULATIONS This RFP is governed by the laws of the State of Oregon. Venue for any administrative or judicial action relating to this RFP, evaluation and award is the Circuit Court of Marion County Page 19 of 21

for the State of Oregon; provided, however, if a proceeding must be brought in a federal forum, then it must be brought and conducted solely and exclusively within the United States District Court for the District of Oregon. 5.3 OWNERSHIP/PERMISSION TO USE MATERIALS All Proposals submitted in response to this RFP become the Property of Agency. By submitting an Proposal in response to this RFP, Proposer grants the State a non-exclusive, perpetual, irrevocable, royalty-free license for the rights to copy, distribute, display, prepare derivative works of and transmit the Proposal solely for the purpose of evaluating the Proposal, negotiating an Agreement, if awarded to Proposer, or as otherwise needed to administer the RFP process, and to fulfill obligations under Oregon Public Records Law (ORS 192.410 through 192.505). Proposals, including supporting materials, will not be returned to Proposer unless the Proposal is submitted late. 5.4 CANCELLATION OF RFP; REJECTION OF PROPOSALS; NO DAMAGES Pursuant to ORS 279B.100, Agency may reject any or all Proposals in-whole or in-part, or may cancel this RFP at any time when the rejection or cancellation is in the best interest of the State or Agency, as determined by Agency. Neither the State nor Agency is liable to any Proposer for any loss or expense caused by or resulting from the delay, suspension, or cancellation of the RFP, award, or rejection of any Proposal. 5.5 COST OF SUBMITTING A PROPOSAL Proposer shall pay all the costs in submitting its Proposal, including, but not limited to, the costs to prepare and submit the Proposal, costs of samples and other supporting materials, costs to participate in demonstrations, or costs associated with protests. 5.6 STATEWIDE E-WASTE/RECOVERY POLICY If applicable, Proposer shall include information in its Proposal that demonstrates compliance with the Statewide E-Waste/Recover Policy effective January 1, 2007. 5.7 RECYCABLE PRODUCTS Proposer shall use recyclable products to the maximum extent economically feasible in the performance of the Services or Work set forth in this document and the subsequent Contract. (ORS 279B.025) SECTION 6: LIST OF ATTACHMENTS ATTACHMENT A ATTACHMENT C ATTACHMENT D ATTACHMENT E ATTACHMENT F SAMPLE CONTRACT PROPOSER CERTIFICATION SHEET PROPOSER INFORMATION SHEET TAX AFFIDAVIT REFERENCE CHECK FORM Page 20 of 21

ATTACHMENT G OMWESB OUTREACH PLAN ATTACHMENT H COST PROPOSAL FORM Page 21 of 21