RFP for Goods & Svcs

Total Page:16

File Type:pdf, Size:1020Kb

RFP for Goods & Svcs

Seattle Colleges REQUEST FOR PROPOSALS Charter Bus Service

TABLE OF CONTENTS

REQUEST FOR PROPOSALS...... 1 A. INTRODUCTION...... 2 B. SCOPE OF WORK/PRODUCT TO BE PROVIDED...... 2 C. INFORMATION TO BE PROVIDED BY RESPONDENTS...... 7 D. EVALUATION CRITERIA...... 7 E. QUESTIONS AND SOLICITATION REQUIREMENTS...... 8 F. SELECTION PROCESS...... 10 G. CONTRACT AWARD, NOTIFICATION AND NEGOTIATIONS...... 11 H. ADMINISTRATIVE INFORMATION...... 11 I. PRICE SHEET ...... 13

RFP Issued on: Proposals Due:

Tuesday, April 19, 2016 2:00 PM PDT, Tuesday, May 10, 2016

REQUEST FOR PROPOSALS

Charter Bus Service The Seattle Colleges (hereafter generally referred to as the Purchaser) is seeking responses from prospective Contractors to provide charter bus services to Seattle Colleges students and staff on an as-needed basis. Seattle Colleges is comprised of three colleges - Seattle Central College, North Seattle College and South Seattle College as well as the Seattle Vocational Institute, which is a division of Seattle Central College, and four specialized training centers in Seattle, Washington. . Obtaining the RFP: Copies of the Request for Proposals may be obtained from the Procurement Coordinator identified below. Questions: Any questions or requests for further information must be submitted in writing no later than 2:00 PM PDT on Monday, April 25, 2016, to the Procurement Coordinator identified below. Lisa Gacer Procurement Coordinator Telephone: (206) 934-5534 Fax: (206) 934-5523 Email: [email protected]

Submission Deadline: Sealed responses (one original and three copies), must be received in time to be stamped in by the Purchasing Department not later than 2:00 PM PDT, Tuesday, May 10, 2016, at the address below. Purchasing Department Seattle Colleges 1500 Harvard Avenue Seattle, Washington 98122-3803

Marking Sealed Responses: Responses must be delivered in sealed envelopes, boxes, or any other method of containment, and clearly identified on the outside of the package with: Sealed Proposal No 507832 Charter Bus Services Lisa Gacer Due Date 2:00 PM PDT, Tuesday, May 10, 2016

Rights Reserved: The Purchaser reserves the right to waive as informality any irregularities in submittals, to reject any and all responses, to amend the solicitation as necessary, and to cancel the solicitation at its sole discretion. (Note: This page replicates the advertisement published for this solicitation.)

Request for Proposal No. 507832 Page 1 of 13 Pages Seattle Colleges Request for Proposals Charter Bus Service

A. INTRODUCTION 1) Purchaser: The Seattle Colleges, generally referred to as “The Purchaser” for purposes of this solicitation is an academic institution authorized under the laws of the State of Washington. The Seattle Colleges serve all of metropolitan Seattle and its surrounding communities, and comprise the largest community college district in the state, educating nearly 55,000 students each year. 2) General: The Purchaser is seeking a qualified respondent to provide charter bus services to Seattle Colleges students and staff on an as-needed basis. Seattle Colleges is comprised of three colleges - Seattle Central College, North Seattle College and South Seattle College as well as the Seattle Vocational Institute, which is a division of Seattle Central College, and four specialized training centers in Seattle, Washington.

3) Contract Form & General Terms and Conditions: In submitting a response, the Respondent confirms that it will execute a Contract to provide the goods and/or services specified in this solicitation for the price offered by the Respondent, subject to the Purchaser’s General Terms and Conditions incorporated into this solicitation. 4) Document Location: The Contract Form, General Terms and Conditions, and Special Terms and Conditions are available for review and downloading at the Purchaser’s website at http://www.sccd.ctc.edu/business.aspx. In the event that you are unable to view or download the documents, please contact the Procurement Coordinator for this solicitation.

B. SCOPE OF WORK/PRODUCT TO BE PROVIDED 1) Background and Existing Conditions: Regional Bus Transportation Services are required by North Seattle College, South Seattle College, Seattle Central Colleges and the Seattle Vocational Institute for multiple users, sometimes simultaneously. Applications of the services can include, but are not limited to intrastate travel, regional travel and field trips.

2) Operating Experience: Carrier must have at least three years’ operating experience in the types of transportation services requested.

3) Ordering: Services are to be provided on an “as needed” basis. Contractor must be able to supply transportation on 24 hour notice, per the terms and conditions herein. Contractor shall, during the term of the contract, provide and maintain an adequate number of buses to transport, conveniently and safely, any and all passengers as designated by the requesting University department. Bus transportation for the departments of the Seattle Colleges will be for in-state as requested, and Contractor shall comply with all intrastate transportation requirements as they relate to vehicles and drivers.

Orders shall be placed via telephone and confirmed in writing, or by way of written correspondence from Seattle Colleges departments. Specific times may be required when

Request for Proposal No. 507832 Page 2 of 13 Pages orders are placed. Services ordered under the contract shall be billed by individual invoice with itemized listing rate of charge, date(s) of service and department transported.

4) Support Personnel: Contractor shall have a representative at their facilities authorized to act on behalf of the Contractor between the hours of 8 a.m. and 5 p.m. weekdays. Contractor shall provide Seattle Colleges Purchasing Department with a list of individuals who may be contacted after normal business hours in the event of an emergency. Contractor shall maintain sufficient staff to provide Seattle Colleges with uninterrupted service.

5) Rejection of Equipment: Seattle Colleges departments may reject any transportation equipment/services that do not meet the specific requirements of this contract. To their satisfaction Departments shall have the following options: 1) Contractor to obtain replacement equipment at no additional cost to Seattle Colleges; 2) Department to adjust trip schedule; 3) Department may opt to accept the offered equipment/services; or 4) Department may arrange for alternative transportation.

6) Safety And Quality Assurance: i. Carrier is obligated to comply with generally accepted standards of the bus transportation industry for operation and maintenance practices. As a minimum, Carrier shall comply with all provisions of applicable statutes and agreements which may affect safety, and with all Department of Transportation and State regulations, directives, orders, rules and standards pertaining to services provided hereunder. Copy of Contractor’s maintenance program shall be submitted with each bid.

ii. Carrier shall keep equipment clean, orderly, and in a good state of repair, and comply with generally accepted standards of maintenance.

iii. Carrier shall not provide equipment or drivers that are in an "out of service" condition as defined by the North American Uniform Out of Service Criteria, adopted by the Commercial Vehicle Safety Alliance (CVSA), or fail to comply with any applicable State laws. Proof of CVSA inspection or Washington State required Annual Inspection compliance shall be submitted with each bid.

iv. Before each order of service, carrier will assure a safety inspection is performed on the vehicle before the vehicle is used for transporting of students.

7) Federal And State Regulations: Contractor shall be in compliance with all applicable state and federal laws, including possession of proper operating authority under the Interstate Commerce Commission and the Washington State Transportation Commission requirements continuously throughout the term of the contract. The Contractor shall file all current operating authorities (copies of licenses, certifications, etc.) with Seattle Colleges Purchasing Department and immediately give notice, should the carrier's authority change at any time for any reason.

8) Department Of Transportation (Dot) Ratings: Contractor shall be in full compliance with the Federal Motor Carrier Safety Regulations and have a current "satisfactory" rating, indicating compliance with federal motor carrier safety regulations, as issued by the U.S. Department of Transportation's Federal Highway Administration.

Request for Proposal No. 507832 Page 3 of 13 Pages The DOT grades carriers as "Satisfactory", "Conditional", "Unsatisfactory", or "Insufficient Information". Carriers must be rated "Satisfactory" to qualify for Seattle Colleges approval and/or continued use. The Contractor shall be ineligible to provide transportation services to Seattle Colleges should its rating change to anything less.

Evidence of the Contractor's rating must be submitted with its proposal, and any subsequent changes in the Contractor's rating shall be immediately forwarded to Seattle Colleges Purchasing Department.

9) Registration/Licensing/Permit Regulations: All buses must be properly registered, licensed, and have the appropriate state permits to carry the anticipated passenger and baggage weight within each transit state.

10) Driver Certification: Contractor shall provide properly certified and competent drivers for the bus or buses in accordance with the provisions and requirements of all applicable state and federal laws. Interstate motor coach drivers shall at all times be in compliance with the U.S. Department of Transportation Federal Motor Carrier Safety Regulations. Drivers must be CDL certified with a passenger endorsement. Drivers shall be in compliance with the Federal Highway Administration's controlled substances testing regulations for interstate drivers. A copy of the contractor’s drug policy must be included in proposal. Persons who may be employed as substitutes or standby drivers shall fully comply with all requirements pertaining to regular drivers.

The Contractor will assume all responsibility and liability for assuring all of the Contractors employees, prior to operating the transit, have obtained and provided a valid, clear, criminal background check as required by Washington State (RCW 43.43.830- 840).

11) Driver Hours of Service: Drivers shall not exceed the hours of service limitations as prescribed in the Federal Motor Vehicle Safety Regulations Part 395. (No more than 10 hours driving following 8 consecutive hours off-duty or for a period after having been on- duty 15 hours following 8 consecutive hours off-duty.) On movements where more than one driver is required, the carrier must pre-position a 2nd driver in sufficient time to allow adequate rest and to comply with maximum driving and on-duty time laws.

The use of sleeper berth arrangements to transport extra drivers, either on buses provided for movement or on auxiliary buses, is prohibited. Ferrying of carrier personnel may be allowed on the buses with the permission of the ordering department.

12) Fuel Cost Increases: A surcharge may be allowed, with written Seattle Colleges Purchasing Department approval, when fuel price exceeds 10% of cost of fuel at the inception of the contract (current pricing of fuel to be provided by Contractor to Seattle Colleges Purchasing Department at the time of bid award).

Contract pricing will be subject to increase or decrease in the same proportion as changes occur in the Contractor's certified fuel costs providing the Contractor requests an adjustment from Seattle Colleges Purchasing Department 30 days prior to the effective date. The written request shall be accompanied by written proof of said changes in fuel cost to the Contractor and is subject to acceptance by Seattle Colleges Purchasing Department. The Seattle Colleges shall have the option of accepting the price change or

Request for Proposal No. 507832 Page 4 of 13 Pages canceling the balance of the contract. All price decreases must be offered to the Seattle Colleges.

13) Equipment: Transportation shall be furnished by means of a suitable, proper, safe and approved vehicle (motor coach, etc.) to be provided by the Contractor at his own cost and expense. Equipment furnished must be in good mechanical condition and under a preventative maintenance and replacement program that will insure safety and reliability. Proposers shall provide a complete listing of vehicles to be used to provide the requested services. The information provided shall include a brief narrative of the Proposers maintenance facilities and preventative maintenance procedures/forms. Fleet list information shall include: vehicle type, model numbers, age of equipment, seating capacity, restroom, air conditioning, overhead baggage storage type and capacity, other baggage storage availability, and which vehicles have wheel chair lifts.

i. Spare Vehicles: Contractor shall indicate their capacity for spare vehicles necessary to provide backup support in cases where normally assigned vehicles are rendered inoperable. Such buses shall in all respects fully comply with the provisions and requirements of the contract.

ii. Baggage and Paraphernalia: Contractor shall transport at least the amount of baggage and paraphernalia requested at the time of the order. Carrier personnel shall supervise and assist in loading and unloading of baggage and paraphernalia by Seattle Colleges personnel. The Carrier shall be responsible for insuring that baggage/paraphernalia and baggage compartment doors are properly secured. With advance notice the Carrier shall provide locks to secure the bus and/or baggage compartment. If the Carrier has a reasonable belief that the weight, size or character of baggage make it unsuitable for bus transport, the Carrier, prior to or at any stage of the journey, may refuse to carry the baggage.

iii. Equipment for the Handicapped: The Contractor shall be in compliance with the Americans with Disabilities Act of 1990 (Public Law 101-336) and any other laws related to the provision of handicapped transportation services. The Contractor shall provide the Seattle Colleges with transportation equipment for the physically handicapped when requested.

14) Motor Coach Specifications: To provide passenger comfort, motor coaches shall meet the following specifications:

i. Motor coaches shall have operable air-conditioning (when requested), recliner type seats, and rest rooms. Contractor shall maintain a two-way type radio system at its headquarters and in all motor coaches used under this contract in order to provide communication and coordination between all motor coaches involved in group movements and to assist in the event of breakdowns or route changes. All motor coaches shall meet standards and specifications as set forth by the U.S. Department of Transportation and the State of Washington.

ii. Motor coach body style requirements shall be:

. Type "A" motor coaches shall be of the approx. 96" wide body design, and have a minimum seating capacity of 46 passengers. Seats to have approx.

Request for Proposal No. 507832 Page 5 of 13 Pages width of 38" for double seats (as measured from outside armrest to outside of armrest). Seats to be capable of reclining, except for seats immediately ahead of lavatories or those in the extreme rear of the coach. Parcel racks must be available for coats, hats, and parcels.

. Type "B" motor coaches shall be of the wide-type 102" body design, and have a minimum seating capacity of 47 passengers. Seats to have approx. width of 41" for double seats (as measured from outside armrest to outside of armrest) and padding constructed so as to prevent passenger contact with the structural parts of the back or bottom, and armrests to be padded sufficiently to provide insulation from vibration. Retractable aisle side armrests preferred. Seats to be capable of reclining to approx. 30 degrees, except for seats immediately ahead of lavatories or those in the extreme rear of the coach. Seat adjustment levers with placement for convenience and comfort are preferred. Enclosed overhead-type parcel racks must be available for coats, hats, and parcels.

iii. Buses must be equipped with air conditioning and heating units.

iv. Bus interiors and exteriors must be cleaned and serviced prior to each departure.

v. All busses ordered under this contract will be designated as non-smoking.

vi. On board rest rooms must be clean, sanitary and functional with adequate provision of toilet tissue, soap, paper towels and fresh wash water, or towelettes, for each trip.

vii. Seat belts are preferred but not required. Seat belts which are originally installed or installed after-market are acceptable. Identify if the buses that will be used to transport the students and staff have seat belts.

15) Cancellation Charges: When a bus trip is canceled by a Seattle Colleges department after equipment has been positioned or dispatched from the equipment point to position at the origin point, the Seattle Colleges department will pay cancellation charges (the “show- up” charge as listed on the Price Sheet).

16) Additional Expenses: When the Contractor incurs additional expenses as a result of a Seattle College department's request to change the move as originally directed, or the passengers fail to meet scheduled departure, the Seattle Colleges department will consider these costs. Additional costs must be documented and submitted for review prior to invoicing.

As stated in the General Terms and Conditions, the Purchaser does not warrant or guarantee any purchase of a particular quantity of goods beyond the initial order. The information below is provided solely to facilitate the Respondent’s response to the solicitation. Brand names, if used in this solicitation, are intended solely to establish a standard against which other brands or trade name products shall be measured. By submitting a response, the Respondent expressly warrants all products and services to be provided are at least equal in quality, performance and use to the standard of quality identified in the solicitation. Any response containing a brand that is not of equal quality, performance and use to the standard of quality identified in the solicitation shall be rejected as non-responsive.

Request for Proposal No. 507832 Page 6 of 13 Pages C. INFORMATION TO BE PROVIDED BY RESPONDENTS Your response must contain one original and three copies of: 1) Proposal/Specifications: A complete description of the goods and/or services to be provided and methods to be used, if appropriate, of no more than 3 pages in length to include a. DOT Safety Rating b. Copy of company’s Drug Policy c. Copy of company’s maintenance program d. Proof of Commercial Vehicle Safety Alliance (CVSA) inspection or Washington State required Annual Inspection compliance; 2) Organizational History and Ability: A clear demonstration of your organization’s history and experience providing goods and/or services comparable in size and scope to that described in Section B of this solicitation of no more than 3 pages in length; 3) Personnel/Staff Experience: Evidence of the expertise and experience of the personnel to be assigned to this project (resume, C.V., or similar applicable documents), to include evidence of certification or authorization to perform the services specified, if such certification is required by law, regulation, or requested in this solicitation; 4) Proposed Price: Proposed pricing as requested on the attached Price Sheet, section I of the solicitation to include rates and PIP coverage, if available; and 5) Required Forms: Completed copies (signed when requested) of all forms appended to this solicitation. 6) Content Organization: To facilitate evaluation, responses should address each element above. The material should be organized in the order of the outline above and clearly address the issues set forth in the evaluation criteria specified in Section D of the Solicitation. 7) Samples, Literature and Related Documents: Where appropriate, the Purchaser reserves the right to request of samples, literature, testing of products, and manufacturer’s certification of the Respondent’s authorization to provide goods and/or services. Submittal of such materials shall be at the Respondent’s expense. Respondents who decline or are unable to comply with such requests may be rejected as non-responsive. Any samples or materials submitted for testing will be returned to Respondents upon completion of the evaluation if requested. 8) Amendments and Withdrawals: A Respondent may amend a Response at any time prior to the date and time specified for receipt of responses, and withdraw from the selection process without recourse.

D. EVALUATION CRITERIA Responses will be evaluated based on the criteria listed in this section. In preparing the response, it is important for Respondents to clearly demonstrate their expertise in the areas described in this document. Because multiple areas of expertise may be required for successfully providing the requested product, the Respondent, (either through in-house staff or sub-contractors), must demonstrate expertise and have available adequate quantities of experienced personnel in all of the areas described.

Request for Proposal No. 507832 Page 7 of 13 Pages Respondents are encouraged to identify and clearly label in their response how each criterion is being fully addressed. Evaluation of responses to this solicitation will be based only on the information provided in the response, and if applicable, interviews, and reference responses. The Purchaser reserves the right to request additional information or documentation from the Respondent regarding its response documents, personnel, financial viability, or other items in order to complete the selection process. If a Respondent chooses to provide additional materials in their response beyond those requested, those materials should be included in a separate section of the response. In submitting a response, the Respondent agrees that any costs or prices proposed shall be valid for a minimum of 90 days from the response due date. Responses will be evaluated based on the criteria specified below, and in accordance with the relative weight specified below: Maximum Evaluation Criteria Points 1 Proposal/Specifications 30 2 Organizational History and Ability 20 3 Personnel/Staff Experience 25 4 Proposed Price 25 Maximum Total Points 100

E. QUESTIONS AND SOLICITATION REQUIREMENTS 1) Due Date for Questions: Technical questions regarding substantive matters related to this RFP or requests for further information must be submitted in writing in accordance with the deadline and submission requirements specified on Page One of this RFP. 2) Due Date and Place for Submission: Sealed responses must be received by the Purchaser by the date and time and at the place specified on Page One of this Solicitation. Responses must be clearly labeled on the outside of the envelope or other container holding the response, and must identify the Solicitation Number and Title, and the Respondent’s Name, Address, and Telephone Number. Upon receipt of each Response, the Purchasing Department will date-stamp it to show the exact time and date of receipt. Upon request, Purchasing will provide the Respondent with an acknowledgment of receipt. Respondents are encouraged to ensure that their response arrives sufficiently prior to the deadline to permit this action. The deadline is firm as to place, date, and time. The Purchaser will not consider any response received after the deadline and will return all such responses unopened. Your Response should not include binders or plastic folders unless it is essential due to the size of your submission. This supports promotion of environmentally preferable practices and avoids heavy and bulky proposals packages that require storage space. All responses shall become the property of the Purchaser upon receipt. Faxed or e-mailed responses are not acceptable and will not be considered.

Request for Proposal No. 507832 Page 8 of 13 Pages 3) Required Number of Copies: Respondents to this RFP shall submit one original Response along with the required number of copies to the address stated on Page one of this Solicitation. Each of the forms indicated below must also be completed and submitted with the original response: a. Respondent Fact Sheet b. I. Price Sheet (to be found on last page of solicitation) 4) Addenda: In the event there are changes or clarifications to this Solicitation, the Purchaser will issue addenda as necessary. Addenda will be transmitted to Solicitation recipients via email, fax transmittal, US Postal Service, or other delivery service as is most efficient and economical. Respondents are cautioned not to seek any information regarding this solicitation from any Purchaser personnel other than the Procurement Coordinator. Any such action may constitute grounds for rejection of a response. Only written information provided via addenda shall be deemed binding on the Purchaser. 5) Rights Reserved by the Purchaser: The Purchaser reserves the right to waive as informality any error or irregularity it finds in a response. Informality is an immaterial variation from the exact requirements of the competitive solicitation, having no effect or merely a minor or negligible effect on quality, quantity, or delivery of the supplies or performance of the services being procured, and the correction or waiver of which would not affect the relative standing of, or be otherwise prejudicial to bidders. The Purchaser also reserves the right to reject any or all responses, and to cancel a solicitation at any time prior to execution of a contract. 6) PROPRIETARY INFORMATION/PUBLIC DISCLOSURE: Proposals submitted in response to this competitive procurement shall become the property of the Purchaser. All proposals received shall remain confidential to the fullest extent permissible by law until the contract, if any, resulting from this RFP is signed by the Contract Administrator, and the apparent successful Contractor. Any information in the proposal that the Respondent desires to claim as proprietary and exempt from disclosure under the provisions of Chapter 42.56 RCW, or other state or federal law that provides for the nondisclosure of your document, must be clearly designated. The information must be clearly identified and the particular exemption from disclosure upon which the Respondent is making the claim must be cited. Each page containing the information claimed to be exempt from disclosure must be clearly identified by the words “Proprietary Information” printed on the lower right hand corner of the page. Marking the entire proposal exempt from disclosure or as Proprietary Information will not be honored. If a public records request is made for the information that the Respondent has marked as "Proprietary Information," the Purchaser will notify the Respondent of the request and of the date that the records will be released to the requester unless the Respondent obtains a court order enjoining that disclosure. If the Respondent fails to obtain the court order enjoining disclosure, the Purchaser will release the requested information on the date specified. If a Respondent obtains a court order from a court of competent jurisdiction enjoining disclosure pursuant to Chapter 42.56 RCW, or other state or federal law that provides for nondisclosure, the Purchaser shall maintain the confidentiality of the Respondent's information per the court order.

Request for Proposal No. 507832 Page 9 of 13 Pages 7) There will be a charge for copying and shipping in accordance with the Purchaser’s policy. No fee shall be charged for inspection of contract files at the Purchaser’s Purchasing Department. All requests for information should be directed to the Procurement Coordinator.

F. SELECTION PROCESS 1) Determination of Responsiveness: Responses received by the time and date specified for receipt will be reviewed initially to determine responsiveness. To be considered responsive, a response must reflect all required components, and be sufficient in clarity and detail to be effectively evaluated. The Purchaser reserves the right to consider the actual level of Respondent’s compliance with the requirements specified in this solicitation and to waive informalities in a Response. Evaluation panels will only evaluate Responses meeting this requirement. Any Respondents whose response is determined to non-responsive will be notified of the determination in the most expeditious and timely manner available. 2) Evaluation of Responses: An evaluation panel will rate all responses to this Solicitation that have been determined to be responsive. The evaluation shall be based on the criteria specified in Section D above. Based on its initial evaluation, the panel may: 1. Make a recommendation to the Purchasing Manager and request authority to negotiate a Contract with one or more proposers; or 2. Seek additional information from Respondents and/or invite Respondents to attend an interview or make a presentation, and make a recommendation to the Purchasing Manager upon consideration of the additional information.

3) Determination of Responsibility: The Purchaser reserves the right to conduct reference checks, either during or immediately after the review of responses, or any subsequent point in the process selection process. In the event that information received from the reference checks suggests a need for concern regarding the Respondent’s past performance, or their apparent ability to successfully perform the contract to be executed based on this RFP, the Purchaser may, at its sole discretion, determine that the Respondent is not responsible and may select the next highest-ranked Respondent whose reference checks validate the ability of the proposer to successfully perform the contract to be executed based on this Solicitation. In conducting reference checks, the Purchaser may include itself as a reference if the Respondent has performed work for the Purchaser, even if the Respondent did not identify the Purchaser as a reference. In determining Respondent’s responsibility, the following elements shall be given consideration: 1. The ability, capacity, and skill of the Respondent to perform the contract or provide the service required; 2. The character, integrity, reputation, judgment, experience, and efficiency of the Respondent; 3. Whether the Respondent can perform the contract within the time specified; 4. The quality of performance of previous contracts or services; 5. The previous and existing compliance by the Respondent with laws relating to the contract or services; 6. Responses provided by the Respondent’s references; 7. The Respondent’s demonstrated record of fiscal and financial integrity;

Request for Proposal No. 507832 Page 10 of 13 Pages 8. The Respondent’s previous performance providing goods and/or services to the Purchaser, whether the Purchaser was or was not listed as a reference; and 9. Such other information as may be secured having a bearing on the decision to award the contract. 4) Protest: Any protest of the selection process shall be resolved in accordance with the Purchaser’s Protest Policy and Procedures, which can be obtained from the Procurement Coordinator. Protests after Notice to Award will be considered only after a debriefing conference; respondents have three (3) business days after Notice to Award to request a debriefing conference. G. CONTRACT AWARD, NOTIFICATION AND NEGOTIATIONS 1) Contract Award: Upon review and approval, the Purchaser will notify the selected contractor of the award, and commence negotiations to execute a contract. The Purchaser will also notify any other Respondents of the award. 2) Negotiations: The Purchaser shall, if necessary, negotiate with the most qualified Respondent, as determined by evaluation of the responses and, if applicable, interviews or presentations. If the Purchaser is unable to reach agreement with the highest ranked firm, it may negotiate with the second highest ranked firm, proceeding in turn to each firm, in order of rank, until a contract is executed. 3) Contract Term: The Purchaser expects to execute a Contract for goods and/or services for one year. At the Purchaser’s option, an amendment may be executed extending the Contract for up to five additional one-year periods, along with appropriate adjustments in the scope of work and compensation. 4) Additional Goods/Services: The Purchaser reserves the right, subject to the concurrence of the selected Contractor, to execute a change order to acquire additional goods and services materially comparable to those specified in the Contract, and at a comparable price, for the benefit of other campuses, departments or elements of the Seattle Colleges.

H. ADMINISTRATIVE INFORMATION 1) Minority-owned and Women-owned Business Enterprises: The Purchaser strongly encourages minority-owned and women-owned businesses, socially and economically disadvantaged business enterprises, and small businesses to submit responses, to participate as partners and/or to participate in other business activity in response to this RFP. 2) Sustainable Proposals: For purposes of review and in the interest of sustainable business practices, the Purchaser encourages the use of submittal materials (i.e. paper, dividers, binders, brochures, etc.) that contain post-consumer recycled content and are readily recyclable. The Purchaser discourages the use of materials that cannot be readily recycled such as PVC (vinyl) binders, spiral bindings, and plastic or glossy covers or dividers. Alternative bindings such as reusable/recyclable binding posts, reusable binder clips or binder rings, and recyclable cardboard/paperboard binders are examples of preferable submittal materials. Respondents are encouraged to print/copy on both sides of a single sheet of paper wherever applicable; if sheets are printed on both sides, it is considered to be two pages. Color is acceptable, but content should not be lost by black and white printing or copying.

Request for Proposal No. 507832 Page 11 of 13 Pages 3) Basic Eligibility: The successful Respondent must be licensed to do business in the State of Washington and must have a state Unified Business Identifier (UBI) number. In addition, the successful Respondent and any subcontractors must not be debarred, suspended, or otherwise ineligible to contract with the Purchaser, and must not be included on the United States Government’s “List of Parties Excluded From Federal Procurement and Nonprocurement Programs” or the State of Washington’s listing of debarred or suspended contractors. 4) Interlocal Agreements: The Purchaser has entered into Interlocal Purchasing Agreements with other governmental agencies, pursuant to RCW 39.34. The Contractor agrees to sell additional services at the offer prices and terms and conditions to other campus locations of the Seattle College District, as well as eligible governmental agencies that have such agreements with the Purchaser. The Purchaser accepts responsibility for the payment of the purchase price by other campus locations of the Seattle College District. The Purchaser accepts no responsibility for the payment of the purchase price by other governmental agencies. 5) Other Contracts: During the original term and all subsequent renewal terms of the contract resulting from this Solicitation, the Purchaser expressly reserves the right, through any other sources available, to pursue and implement alternative means of soliciting and awarding similar or related services as described in this Solicitation. 6) Defined Terms: Terms utilized in this solicitation are defined as follows: All defined terms included in the General Conditions are deemed to apply as defined terms in this solicitation. The terms below are also defined terms for purposes of the Solicitation. Addendum: A change to the specifications, terms, conditions, or schedule of a solicitation transmitted to potential Respondents in writing by the Procurement Coordinator. Procurement Coordinator: The individual identified by the Purchaser as the sole party to receive inquiries or questions concerning this Solicitation. Respondent: Individual, Corporation, Partnership, or other party who submits a response to this solicitation. The common terms Bidder, Proposer, and Offer or, Contractor, or Consultant are considered to be equivalent terms for purposes of common understanding. Response: The complete body of material provided by the Respondent pertaining to the solicitation, including any written documents, samples, literature, or verbal communications during oral interviews or presentations. May also be referred to as “Proposal” as in Request for Proposals

Request for Proposal No. 507832 Page 12 of 13 Pages I. PRICE SHEET Rates: Bidders may quote alternate equipment which is similar in size and type. Please include equipment detail as an attachment.

1. Type "A" Motor coach Price/Hour $______Minimum 46 passenger (See pg. 6 for description) Price/Mile $______

Maximum Daily Rate $______

2. Type "B" Motor coach Price/Hour $______Minimum 47 passenger (See pg. 6 for description) Price/Mile $______

Maximum Daily Rate $______

3. 30 Passenger Motor coach Price/Hour $______

Price/Mile $______

Maximum Daily Rate $______

4. 14 passenger Van Price/Hour $______

Price/Mile $______

Maximum Daily Rate $______

5. Show up charge for trips ordered per Trip $______But not taken

6. Overnight charges away from station: per Stay $______(Must include all costs)

7. Up-charge per day away from station: per Day $______

8. Second driver rate: per Hour $______

9. In addition, the college is interested in purchasing Personal Injury Protection (PIP) (or equivalent No-Fault coverage).

Personal Injury Protection Insurance (PIP): Cost Per Year $______

Provide description of PIP coverage: Coverage Limit: $______End of Solicitation, other than forms and attachments

Request for Proposal No. 507832 Page 13 of 13 Pages

Recommended publications