State of Washington



State of Washington

DEPARTMENT OF GENERAL ADMINISTRATION

Office of State Procurement

Rm. 201 General Administration Building, P.O. Box 41017 ( Olympia, Washington 98504-1017 ( (360) 902-7400



INVITATION FOR BID (IFB)

Traffic Control and Law Enforcement Services

for the Washington State Ferry Coleman Dock, Fauntleroy Terminal and the Edmonds Terminal

|Contract Number |Prebid Meeting Date & Time |Bid/Proposal Opening Date & Time |

|01604 |February 17, 2004 at 10:00 AM. |March 2, 2004- 2:00 PM. |

bids must be received& Stamped on or before the opening date & time at this location:

210 11th AVe SW, Rm. 201

General Administration Building

Olympia WA 98504-1017

Marie Holm

State Procurement Officer

Phone (360) 902-7436

Fax (360) 586-2426

E-Mail mholm@ga.

For a site map to the Capitol Campus, click .

Driving directions and parking information

Table of Contents

1 ANNOUNCEMENT AND SPECIAL INFORMATION 3

1.1 PUBLIC DISCLOSURE 3

1.2 SCOPE 3

1.3 PRE-BID CONFERENCE 4

2 CHECK LIST 5

3 Bid Submittals 6

3.1 OFFER AND AWARD 6

3.2 BID INFORMATION 7

3.3 SUPPLEMENTAL INFORMATION 8

3.4 SPECIFICATIONS 11

3.5 PRICE SHEETS 18

4 BID EVALUATION 20

4.1 EVALUATION / AWARD 20

4.2 EVALUATION conference 20

4.3 References 20

5 CONTRACT REQUIREMENTS 20

5.1 RETENTION OF RECORDS 20

5.2 REPORTS 20

6 SPECIAL TERMS AND CONDITIONS 21

6.2 CONTRACTOR PERFORMANCE 21

6.3 PURCHASING CARD ACCEPTANCE 22

6.4 BIDDER COMPLIANCE 22

6.5 UNIFORMS 22

6.6 INVOICING 22

Attachment A References Form 23

Attachment B WSP Troop Current Hourly Rates 24

ANNOUNCEMENT AND SPECIAL INFORMATION

Bidders are required to read and understand all information contained within this entire bid package. The Competitive Procurement Standards, which are referred to in this bid package are not automatically printed or sent out with this IFB. By responding to this IFB the bidder agrees to read and understand these documents. These documents are available on our website at .

In support of the State’s economic and environmental goals, we encourage you to consider the following elements in responding to our bids. These are not a factor of award (unless otherwise specified in this document):

• Using environmentally preferable products and products that exceed EPA guidelines

• Supporting a diverse supplier pool, including small, minority, and women-owned firms

• Featuring products made or grown in Washington

1 PUBLIC DISCLOSURE

Bid information, including price sheets, will not be available for public disclosure until after award of the contract. At the time of bid opening, only the name of the bidder and time of bid receipt will be read aloud.

2 SCOPE

The purpose of this contract is to provide a mandatory contract for traffic control and law enforcement services at Seattle Washington State Ferry terminals: Coleman Dock, Fauntleroy and the Edmonds Terminals (hereinafter called the "Terminals"). The Contractor(s) will have their police officers control vehicle traffic outside the vehicle holding areas at the Terminals on high traffic days and provide law enforcement services at the Terminals, the adjacent roads and, on occasion, on the vessels which service the Terminals. Traffic control services are needed on the roads adjacent to the Terminals. Such services shall be required during peak traffic periods to minimize the disruption of traffic on access roads adjacent to the vehicle holding areas at the Terminals. Law enforcement services are required to enhance security and preserve public peace. Typical activities for which law enforcement services are intended to include but are not limited to: altercations between passengers or accidents or failure to comply with traffic directions, and reported DUI incidents. The Contractor(s) police officers are expected to use their sworn authority when required to maintain order and preserve peace. Upon the Terminal Agent's or Washington State Patrol (hereafter WSP) request, the Contractor's police officers shall, where possible and available, assist with any law enforcement problems within the Terminal areas or aboard WSF vessels which service the Terminals including riding aboard the vessels when necessary.

Contractors may employ off duty (uniformed and armed) Washington State Patrol Troopers. However, the Fair Labor Standards Act requires that they be paid not less than one and one-half times their normal WSP wages, due to their status as current Washington State law enforcement employees.

See Attachment B for current Washington State Patrol hourly rates.

A Estimated Usage: The two-year initial term of the contract will be approximately $1,110,000. This estimate is based on past usage from the previous contract. The State does not guarantee any minimum purchase.

B This IFB may be awarded to one or multiple contractor(s). See Bid Evaluation criteria for more information.

C Term: From April 1, 2004 to March 31, 2006 or date of award to March 31, 2006 with the option to extend for additional terms or portions. Extensions will be subject to mutual agreement. The total contract term may not exceed six (6) years or March 31, 2010.

D Bid evaluation and award criteria can be found in the section entitled BID EVALUATION

3 PRE-BID CONFERENCE

An optional conference to address contractual requirements will be held at the time and location indicated below. Prospective bidders are encouraged to be present. If changes are required as a result of the conference, written bid amendments will be issued.

Note: Assistance for disabled, blind or hearing-impaired persons who wish to attend is available with pre-arrangement with the Office of State Procurement (OSP). Contact the State Procurement Officer identified on the face page of this document.

Time: 10:00 AM

Location: Washington State Ferries Coleman Dock, Pier 52

Address: 801 Alaskan Way, Seattle 98104

(It is recommended attendees use the Map quest available off the Internet to obtain the best route to the facility.)

Parking: Meter parking and pay parking lots are available within near walking distance to the facility.

Access: From the sidewalk in front of the Pier, walk or take the elevator to the 2nd floor passenger loading area. Signage will direct you. Central to this area is a clock tower. All attendees should congregate there. Access to the office area of this facility is restricted and we will proceed as a group to the meeting room.

CHECK LIST

.

This checklist is provided for bidder's convenience only and identifies the bid documents that must be submitted with each package. Any bid packages received without these documents may be deemed non-responsive and may not be considered for award.

|Bid submittal entitled: Offer and Award | |

|Bid submittal entitled: Bid Information | |

|Bid submittal entitled: Price Sheets | |

|Bid submittal entitled: Supplemental Information (to include current | |

|commissioned cards) | |

|Bid submittal entitled: References | |

| | |

|To be returned after award of contract | |

|Current Certificate of Insurance | |

|Quarterly Sales and Service Reports | |

Bid Submittals

1 OFFER AND AWARD

Bidders are required to read and understand all information contained within this entire bid package. There are some standard documents, which are referred to in this bid package that are not automatically printed or sent out with this bid. For example, Competitive Procurement Standards (Standard Terms and Conditions, Instructions to Bidders, Definitions), Sales/Service & Subcontractor Report are binding terms of this contract. It is important that you read and understand these documents. These documents are available on our website at . If you do not have Internet access, you may contact the State Procurement Officer to obtain copies of any and all documents contained in this bid package.

STANDARD DEFINITIONS revised 06/02/03

STANDARD INSTRUCTIONS FOR BIDDERS revised 06/02/03

STANDARD TERMS AND CONDITIONS revised 06/02/03

Bidder further offers to furnish materials, equipment or services in compliance with all terms, conditions, and specifications herein including all amendments. Submitting this document with an authorized signature constitutes complete understanding and compliance with the terms and conditions and certifies that all-necessary facilities or personnel are available and established at the time of bid submittal.

|(Company Name) | |(Typed or Printed Name) |

| | | |

|(Address) | |(Title) |

| | | |

|(City) (State) (Zip) | |(Phone No./Fax No.) |

| | | |

|(Federal Tax Identification Number) | |(Bidder’s Signature) (Date) |

| | | |

|Email | | |

CONTRACT AWARD

(For State of Washington Use Only)

A contract is hereby awarded between the above company and the State of Washington, Office of State Procurement, Purchasing and Contract Administration, to be effective , Year . This is a Partial/Total award for .

Authorized Signatures

| | | | | | | |

|(State Procurement Officer) | |(Date) | |(Purchasing Manager) | |(Date) |

2 BID INFORMATION

Bidder shall complete the following:

1. Prompt Payment Discount % 30 days. Note: Prompt payment discount periods equal to (or greater than) 30 calendar days will receive consideration and bid pricing will be reduced (for evaluation purposes only) by the amount of that discount(s).

1. Purchasing (Credit) Cards accepted Yes ______________ No ______________

(Washington State Purchasing card is VISA)

If yes, please list major brands below:

| | | |

| | | |

| | | |

Payment discount for transactions involving card use: __________% Discount.

Payment charge for transactions involving card use: _____________%

(These will be taken into consideration in the event of a tie breaker)

2. Authorized Representative:

|Primary Contact-Contract Administration |Alternate Contact – Contract Administration |

|Name: | |Name: | |

|Telephone: | |Telephone: | |

|Fax: | |Fax: | |

|Email: | |Email: | |

| |

3. Addresses:

|Billing will be from: |Payment to be sent to: |

| | | |

| | | |

| | | |

4. Federal Tax Identification Number:

5. Firms bidding from California only: Is your firm currently certified as a small business under California Code, Title 2, Section 1896.12? Yes No .

3 SUPPLEMENTAL INFORMATION

Washington State Ferry Coleman Dock, Fauntleroy Terminal and Edmonds Terminal.

For information purposes, provide on next the next page, police agencies from which you will draw employees to meet the contractual requirements and provide names of officers who have agreed to perform the services for your company. Include a photocopy of both the front and back of their current commission card from either the City of Seattle Police Department, the King County Sheriff’s Office, the City of Edmonds Police Department, the Snohomish County Sheriff’s or the Office or the Washington State Patrol. (If you need more space to write names in, please make copies of this form or list them on a separate form.)

Washington State Ferry Coleman Dock

|Police Agency | |

| |Contact Person___________________________________ |

|_____________________ | |

| |Phone No. ______________________________________ |

|Police Officer’s Name, Address & Phone |Police Officer’s Name, Address & Phone no.|Police Officer’s Name, Address & Phone |Police Officer’s Name, Address & Phone|

|no. | |no. |no. |

| | | | |

|Name__________________ |Name_________________ |Name________________ |Name________________ |

|Address: ________________ |Address ________________ |Address______________ |Address______________ |

|_______________________ |______________________ |_____________________ |_____________________ |

|_______________________ |______________________ |____________________ |____________________ |

|Phone: __________________ |Phone:________________ |Phone: _______________ |Phone: _______________ |

|Cell ___________________ |Cell __________________ |Cell ________________ |Cell ________________ |

| | | | |

|Name__________________ |Name_________________ |Name________________ |Name________________ |

|Address: ________________ |Address ________________ |Address______________ |Address______________ |

|_______________________ |_______________________ |____________________ |____________________ |

|_______________________ |______________________ |____________________ |____________________ |

|Phone: __________________ |Phone:_________________ |Phone: _______________ |Phone: _______________ |

|Cell ___________________ |Cell __________________ |Cell ________________ |Cell ________________ |

| | | | |

|Name__________________ |Name_________________ |Name________________ |Name________________ |

|Address: ________________ |Address ________________ |Address______________ |Address______________ |

|_______________________ |______________________ |____________________ |____________________ |

|_______________________ |______________________ |____________________ |____________________ |

|Phone: __________________ |Phone:_________________ |Phone: _______________ |Phone: _______________ |

|Cell ___________________ |Cell __________________ |Cell ________________ |Cell ________________ |

SUPPLEMENTAL INFORMATION Continued

Washington State Ferry Fauntleroy Terminal

|Police Agency | |

| |Contact Person___________________________________ |

|_____________________ | |

| |Phone No. ______________________________________ |

|Police Officer’s Name, Address & Phone |Police Officer’s Name, Address & Phone no.|Police Officer’s Name, Address & Phone |Police Officer’s Name, Address & Phone|

|no. | |no. |no. |

| | | | |

|Name__________________ |Name_________________ |Name________________ |Name________________ |

|Address: ________________ |Address ________________ |Address______________ |Address______________ |

|_______________________ |_____________________ |____________________ |____________________ |

|_______________________ |______________________ |____________________ |____________________ |

|Phone: __________________ |Phone:_________________ |Phone: _______________ |Phone: _______________ |

|Cell ___________________ |Cell __________________ |Cell ________________ |Cell ________________ |

| | | | |

|Name__________________ |Name_________________ |Name________________ |Name________________ |

|Address: ________________ |Address ________________ |Address______________ |Address______________ |

|_______________________ |______________________ |____________________ |____________________ |

|_______________________ |______________________ |____________________ |____________________ |

|Phone: __________________ |Phone:_________________ |Phone: _______________ |Phone: _______________ |

|Cell ___________________ |Cell __________________ |Cell ________________ |Cell ________________ |

| | | | |

|Name__________________ |Name_________________ |Name________________ |Name________________ |

|Address: ________________ |Address ________________ |Address______________ |Address______________ |

|_______________________ |______________________ |____________________ |____________________ |

|_______________________ |______________________ |____________________ |____________________ |

|Phone: __________________ |Phone:_________________ |Phone: _______________ |Phone: _______________ |

|Cell ___________________ |Cell __________________ |Cell ________________ |Cell ________________ |

SUPPLEMENTAL INFORMATION Continued

Washington State Ferry Edmonds Terminal

|Police Agency | |

| |Contact Person___________________________________ |

|_____________________ | |

| |Phone No. ______________________________________ |

|Police Officer’s Name, Address & Phone |Police Officer’s Name, Address & Phone no.|Police Officer’s Name, Address & Phone |Police Officer’s Name, Address & Phone|

|no. | |no. |no. |

| | | | |

|Name__________________ |Name_________________ |Name________________ |Name________________ |

|Address: ________________ |Address ________________ |Address______________ |Address______________ |

|_______________________ |______________________ |____________________ |____________________ |

|_______________________ |______________________ |____________________ |____________________ |

|Phone: __________________ |Phone:_________________ |Phone: _______________ |Phone: _______________ |

|Cell ___________________ |Cell __________________ |Cell ________________ |Cell ________________ |

| | | | |

|Name__________________ |Name_________________ |Name________________ |Name________________ |

|Address: ________________ |Address ________________ |Address______________ |Address______________ |

|_______________________ |______________________ |____________________ |____________________ |

|_______________________ |______________________ |____________________ |____________________ |

|Phone: __________________ |Phone:_________________ |Phone: _______________ |Phone: _______________ |

|Cell ___________________ |Cell __________________ |Cell ________________ |Cell ________________ |

| | | | |

|Name__________________ |Name_________________ |Name________________ |Name________________ |

|Address: ________________ |Address ________________ |Address______________ |Address______________ |

|_______________________ |______________________ |____________________ |____________________ |

|_______________________ |______________________ |____________________ |____________________ |

|Phone: __________________ |Phone:_________________ |Phone: _______________ |Phone: _______________ |

|Cell ___________________ |Cell __________________ |Cell ________________ |Cell ________________ |

4 SPECIFICATIONS

Washington State Ferry Coleman Dock and Fauntleroy Terminals

Minimum Qualifications

Contractor’s employees used to accomplish the Statement of Work must be off-duty uniformed and armed commissioned police officers with full police authority and jurisdiction as outlined in section 47.60.275 of the Revised Code of Washington (RCW). These officers will enforce state and local laws in the WSF Seattle Ferry Terminals, their vehicle holding areas, the roads adjacent to the Terminals and, when required, aboard vessels moored at the Terminals.

These specifications shall be limited to general authority Washington peace officers as defined by RCW 10.93.020(3), who carry a current active commission card from either: the City of Seattle Police Department, the King County Sheriff’s office, the City of Edmonds Police Department, the Snohomish County Sheriff’s Office, or the Washington State Patrol. These officers must be in good standing with their commissioning law enforcement agency(s).

RCW 10.93.020 Definitions. As used in this chapter, the following terms have the meanings indicated unless the context clearly requires otherwise.

(3) "General authority Washington peace officer" means any full-time, fully compensated and elected, appointed, or employed officer of a general authority Washington law enforcement agency who is commissioned to enforce the criminal laws of the state of Washington generally.

These specifications shall exclude any of the above who are currently recognized by their commissioning law enforcement agency as: retired, in reserve status, in disability status, in administrative leave status, or in disciplinary status.

Location

The traffic control and law enforcement services required shall be provided at the WSF Seattle Ferry Terminals at Coleman Dock and Fauntleroy, their vehicle holding areas, the roads adjacent to the Terminals and, when requested, aboard vessels which service the Terminals.

Scheduling

The WSP will assign a Contract Coordinator who will be responsible for approving work schedules and certifying Contractor’s billings. The Contractor, in consultation with the WSF Terminal Agents, will develop monthly work schedules and submit to the WSP Contract Coordinator for approval a minimum of 20 days prior to implementation. Any deviation from the approved schedule will require written approval of WSP.

When necessary, the work schedule shall be modified by the WSP Contract Coordinator in consultation with the Terminal Agents and the Contractor. Except in emergencies, WSP shall provide the Contractor a minimum of ten (10) days advance notice for each call out, and the Contractor shall provide WSP a minimum seven (07) days advance notice if it is unable to respond accordingly. WSP will have final decision-making authority for all schedules, staffing levels, and any operational needs.

WSDOT Ferries will decide, depending upon the volume of vehicle traffic, whether one (01), two (02) or three (03) officers will be required at Coleman Dock and whether one (01) or two (02) will be required at Fauntleroy. A sample schedule for Coleman Dock is provided on Page 14. The Fauntleroy Terminal schedule is irregular and shifts will be scheduled on an as needed basis. Each shift of traffic control and law enforcement services shall require a minimum of four hours service per call out. Total hours required for all the officers on a weekly basis at Coleman Dock will be approximately 170. Total weekly hours required at Fauntleroy will be approximately 60. Total annual hours required for the contract are expected to be in the range from 10,000 to 14,000 hours.

Specific duties and responsibilities for shifts at Coleman Dock and Fauntleroy are outlined on page 14.

For non-recurrent events such as construction at the Terminal which may require additional traffic control and law enforcement services, the WSP reserves the right to use its own WSP Troopers to meet the need or to schedule additional hours through the Contractor.

General Duties

Upon arrival at the terminal, each of the Contractor’s police officers shall check in with the Terminal Agent for a review of the specific traffic control and law enforcement problems. Typical traffic control services shall include, but are not limited to, the following:

□ Maintain order in the ferry traffic queuing behind the auto toll booths at the Terminal.

□ Maintain access for local (non-ferry) traffic.

□ Direct traffic through the use of manual methods and available traffic signals and signs.

□ Upon the Terminal Agent’s or WSP’s request, the Contractor’s police officers shall, where possible and available, assist with any law enforcement problems within the Terminal areas. Such services aboard ferry vessels serving the Terminals shall be in accord with applicable state and local laws, as determined by the police officers.

□ Contractor employees shall remain at their assigned posts at all times except for one fifteen (15) minute break every four hours. (The officer will not require a person to replace them during their break)

General incidents which may require exercising law enforcement authority at either terminal:

Officers may be called upon to exercise general law enforcement authority in the terminal or on WSF vessels. This may be required between vessel loading events or when necessary due to emergent circumstances. Generally these types of incidents include, but are not limited to:

□ Vehicle accidents

□ Altercations between public and WSF employees or between passengers

□ Customers who refuse lawful traffic direction

□ Reported DUI

□ Medical emergencies

□ Trespassing (flagrant disregard for warning signs)

□ Theft of services (refusing to pay toll)

□ Overall security of ferry (Officers may be asked by WSF to ride ferry, on occasion).

Any criminal investigation shall require immediate notification to the WSP regarding the status of the investigation. The WSP will clarify who the lead investigating agency will be and determine who will be responsible for completing the investigation.

Traffic Control Devices and Equipment

Traffic control devices (cones, barriers, signs) shall be provided by the WSP/WSF at the Terminal for use by Contractor’s police officers in the performance of the contract. The Contractor shall ensure all its employees wear reflective vests during any traffic control related duties.

Specific Duties

Shift Duties for Traffic Control Positions at Coleman Dock Ferry Terminal

□ Monitor intersection at Yesler Way (entrance to terminal tollbooths).

□ Facilitate traffic entering and leaving terminal as well as pedestrian traffic from passenger only boats.

□ Conduct foot patrol of grounds including vehicle holding areas and terminal

□ Respond to calls for service from WSF employees.

□ Contractor employees shall remain at their assigned posts at all times except for one fifteen (15) minute break every four hours.

Required Services

Coleman Dock

WSDOT Ferries will decide, depending upon the volume of vehicle traffic, whether one (01), two (02) or three (03) officers will be required at Coleman Dock. Total hours required on a weekly basis at Coleman Dock will be approximately 170. A sample schedule for Coleman Dock is provided below.

|Shifts |Sunday |Monday |Tuesday |Wednesday |Thursday |Friday |Saturday |

|1st |0530/2300 |0530/2300 |0530/2300 |0530/2300 |0530/2300 |0530/2300 |0530/2300 |

|2nd |1100/1830 |1430/1830 |1430/1830 |1430/1830 |1430/1830 |1230/2030 |1030/1830 |

|3rd | | | | | |1430/1830 |1200/1830 |

Times: Start/Stop

This is an example of actual weekly schedule. Specific schedules will be developed monthly by the Terminal Agent and Contractor then submitted to WSP Contract Coordinator for approval.

Fauntleroy Terminal

Either one (01) or two (02) will be required at Fauntleroy. The Fauntleroy Terminal schedule is irregular and shifts will be scheduled on an as needed basis. Total weekly hours required at Fauntleroy will be approximately 60. Total annual hours required for the contract are expected to be in the range from 10,000 to 14,000 hours.

Shift Duties for Traffic Control Positions at Fauntleroy Ferry Terminal

□ Facilitate traffic entering and exiting the dock.

□ Monitor and control ferry queuing at the entrance watching for line cutters.

□ Respond to calls for service from WSF employees.

□ Contractor employees shall remain at their assigned posts at all times except for one fifteen (15) minute break every four hours.

Washington State Ferry Edmonds Terminal

Minimum Qualifications

Contractor’s employees used to accomplish the Statement of Work must be off-duty uniformed and armed commissioned police officers with full police authority and jurisdiction as outlined in section 47.60.275 of the Revised Code of Washington (RCW). These officers will enforce state and local laws in the WSF Seattle Ferry Terminals, their vehicle holding areas, the roads adjacent to the Terminals and, when required, aboard vessels moored at the Terminals.

These specifications shall be limited to general authority Washington peace officers as defined by RCW 10.93.020(3), who carry a current active commission card from either: the City of Seattle Police Department, the King County Sheriff’s office, the City of Edmonds Police Department, the Snohomish County Sheriff’s Office, or the Washington State Patrol. These officers must be in good standing with their commissioning law enforcement agency(s).

RCW 10.93.020 Definitions. As used in this chapter, the following terms have the meanings indicated unless the context clearly requires otherwise.

(3) "General authority Washington peace officer" means any full-time, fully compensated and elected, appointed, or employed officer of a general authority Washington law enforcement agency who is commissioned to enforce the criminal laws of the state of Washington generally.

These specifications shall exclude any of the above who are currently recognized by their commissioning law enforcement agency as: retired, in reserve status, in disability status, in administrative leave status, or in disciplinary status.

Location

The traffic control and law enforcement services required shall be provided at the WSF Edmonds Ferry Terminal, its vehicle holding areas, the roads adjacent to the terminal, and when required, aboard vessels which service the terminal.

Scheduling

The WSP will assign a Contract Coordinator who will be responsible for approving work schedules and certifying Contractor’s billings. The Contractor, in consultation with the WSF Terminal Agents, will develop monthly work schedules and submit to the WSP Contract Coordinator for approval a minimum of 20 days prior to implementation. Any deviation from the approved schedule will require written approval of WSP. Each shift of traffic control and law enforcement services shall require a minimum of four hours service per call out.

When necessary, the work schedule shall be modified by the WSP Contract Coordinator in consultation with the Terminal Agents and the Contractor. Except in emergencies, WSP shall provide the Contractor a minimum of ten (10) days advance notice for each call out, and the Contractor shall provide WSP a minimum seven (07) days advance notice if it is unable to respond accordingly. WSP will have final decision-making authority for all schedules, staffing levels, and any operational needs.

Depending upon the volume of vehicle traffic, either one (01), two (02) or three (03) officers will be required at the site. Generally three officers will be required during busy periods on Fridays, Saturdays and Sundays. One or two officers will be required for busy periods on Monday through Thursday. A sample schedule is provided on Page 14. Total hours required on a weekly basis may vary from as low as 40 to as high as 130. Total annual hours required for the contract are expected to be in the range from 3000 to 4000 hours.

Officers will normally be assigned to any of three traffic control positions. Specific responsibilities for the three (03) traffic control positions are outlined on pages 13 and 14.

For non-recurrent events such as construction at the Terminal which may require additional traffic control and law enforcement services, the WSP reserves the right to use its own WSP Troopers to meet the need or to schedule additional hours through the Contractor.

General Duties

Upon arrival at the terminal, each of the Contractor’s police officers shall check in with the Terminal Agent for a review of the specific traffic control and law enforcement problems. Typical traffic control services shall include, but are not limited to, the following:

□ Maintain order in the ferry traffic queuing behind the auto toll booths at the Terminal.

□ Maintain access for local (non-ferry) traffic.

□ Direct traffic through the use of manual methods and available traffic signals and signs.

□ Upon the Terminal Agent’s or WSP’s request, the Contractor’s police officers shall, where possible and available, assist with any law enforcement problems within the Terminal areas. Such services aboard ferry vessels serving the Terminals shall be in accord with applicable state and local laws, as determined by the police officers.

□ Contractor employees shall remain at their assigned posts at all times except for one fifteen (15) minute break every four hours.

General incidents which may require exercising law enforcement authority:

Officers may be called upon to exercise general law enforcement authority in the terminal or on WSF vessels. This may be required between vessel loading events or when necessary due to emergent circumstances. Generally these types of incidents include, but are not limited to:

□ Vehicle accidents

□ Altercations between public and WSF employees or between passengers

□ Customers who refuse lawful traffic direction

□ Reported DUI

□ Medical emergencies

□ Trespassing (flagrant disregard for warning signs)

□ Theft of services (refusing to pay toll)

□ Overall security of ferry (Officers may be asked to ride ferry, on occasion).

Any criminal investigation shall require immediate notification to the WSP regarding the status of the investigation. The WSP will clarify who the lead investigating agency will be and determine who will be responsible for completing the investigation.

Traffic Control Devices and Equipment

Traffic control devices (cones, barriers, signs) shall be provided by the WSP/WSF at the Terminal for use by Contractor’s police officers in the performance of the contract. The Contractor shall ensure all its employees wear reflective vests during any traffic control related duties.

Sample Weekly Schedule for Edmonds Terminal

|Shift |Sunday |Monday |Tuesday |Wednesday |Thursday |Friday |Saturday |

|1st |0800/1600 |1445/1945 |1445/1945 |1445/1945 |1445/1945 |0900/1300 |0845/1445 |

|2nd |0900/1700 | | | | |1300/2100 |0900/1700 |

|3rd | | | | | |1400/2200 |1000/1800 |

|4th | | | | | |1500/2100 |1415/2015 |

Times: Start/Stop

This is an example of actual weekly schedule. Specific schedules will be developed quarterly by the Terminal Agent and Contractor then submitted to WSP Contract Coordinator for approval.

Shift Duties for Traffic Control Positions at Edmonds Ferry Terminal

Position #1 at Main Street:

Direct traffic out of the Plaza holding lanes. All effort should be made to empty complete lanes before clearing the intersection.

Coordinate/control operation of traffic light using the police pre-empt signal. Communicate with dock booth so that controls at booth are coordinated with traffic light.

Assist with monitoring of traffic that attempts to drive directly onto lower deck.

Answer questions and pass out schedules.

Assist in loading the holding lanes around the plaza booths between sailings.

Coordinate the opening of the extra ferry lane on SR 104 with Terminal Agent.

Position #2 at Dayton and SR 104:

Keep intersection in front of tollbooths clear and control line cutters.

When overloading and using both ferry lanes on SR 104, allow an equal number of vehicles to enter the plaza area.

Report overload numbers to seller when asked. Each lane holds approximately 75 vehicles to the end of the fence.

Assist in the opening and closing of the extra lane on SR 104.

Answer questions and hand out schedules.

Shift Duties for Traffic Control Positions at Edmonds Ferry Terminal

Position #3 at Pine Street and SR 104:

Keep intersection clear for local traffic.

This is an intersection of two State Highways, both legal means to get to the ferry. Use discretion regarding what number of vehicles to take off of Pine Street and SR 104. Control ratio so that traffic on Pine Street does not back up to 3rd Avenue.

Monitor and control line cutters.

Be aware of correct waiting times and respond to questions from patrons.

5 PRICE SHEETS

PRICE SHEET

FOR

COLEMAN DOCK AND FAUNTLEROY TERMINAL

|Location |*Weekly Hours |Hourly Bill Rate |Weekly Total |Weekly Multiplier |Annual Total |

|Coleman Dock | | | | | |

| |170* |$ |$ |x 52 |$ |

|Fauntleroy Terminal| | | | | |

| |60* |$ |$ |x 52 |$ |

|TOTAL COSTS FOR COLEMAN & FAUNTLEROY TERMINAL |$ |

*Weekly hours are estimations only and are not a guarantee of future usage.

To provide an Hourly Bill Rate, the contractor will have to provide a breakdown of their costs.

1. Wages paid to Police Officer $ /per Hour

FICA $__________

FUTA $__________

SUTA $__________

L&I INSURANCE $__________

TOTAL LABOR COST $__________

2. Contractor indirect costs: $ /per hour

(examples: any benefits to employee, cost of funds, corporation burden, communication costs, admin costs or management costs, etc)

3. Net Profit $ /per hour

Hourly Bill Rate Total $ /per hour

For evaluation purposes, the weekly hours will be multiplied by the Hourly Bill Rate for a Weekly Total.

The Weekly Total will be multiplied by the multiplier of 52 for the Annual Total. The Annual Totals for the Coleman Dock and the Fauntleroy Terminal will be added together for an overall total cost.

Example: 170 weekly hours x $20/hr = $3,400 (weekly total) x 52 weeks per year = $176,800

60 weekly hours x $20/hr = $1,200 (weekly total) x 52 weeks per year = $62.400.

$176,800 + $62.400 = $239,200 is the overall total cost.

PRICE SHEET

FOR

EDMONDS TERMINAL

|Location |*Weekly Hours |Hourly Bill Rate |Weekly Total |Weekly Multiplier |Annual Total |

|Edmonds Terminal | | | | | |

| |170* |$ |$ |x 52 |$ |

*Weekly hours are estimations only and are not a guarantee of future usage.

To provide an Hourly Bill Rate, the contractor must shown their break down in costs.

4. Wages paid to Police Officer $ /per Hour

FICA $__________

FUTA $__________

SUTA $__________

L&I INSURANCE $__________

TOTAL LABOR COST $__________

5. Contractor indirect costs: $ /per hour

(Examples: any benefits to employee, cost of funds, corporation burden, communication costs, admin costs or management costs, etc)

6. Net Profit $ /per hour

Hourly Bill Rate $ /per hour

For evaluation purposes, the weekly hours will be multiplied by the Hourly Bill Rate for a Weekly Total.

The Weekly Total will be multiplied by the multiplier of 52 for the Annual Total.

Example: 170 weekly hours x $20/hr = $3,400 (weekly total) x 52 weeks per year = $176,800

BID EVALUATION

1 EVALUATION / AWARD

In conjunction with the Competitive Procurement Standards, Section III, Paragraph 28, the award will be based on the lowest annual total cost to the state, based on the prices submitted in Section 3.5, Price Sheets, on an all-or-none basis by location. For evaluation purposes Coleman Dock and Fauntleroy Terminal will be considered as one location and Edmonds Terminal as one. Consideration will also be given to prompt payment discount and all other contractual requirements stated herein.

The hourly rate should include all costs the contractor expects to recover for the contract including direct wages, benefits and taxes, general administrative expenses, overhead and profit. See price sheets for more information.

2

To aid in the evaluation process, after bid opening, the state may require individual bidders to appear at a date, time and place determined by the state for the purpose of conducting discussions to determine whether both parties have a full and complete understanding of the nature and scope of contractual requirements. In no manner shall such action be construed as negotiations or an indication of the state’s intention to award.

3 References

.

To meet minimum requirements, the bidder shall furnish a minimum of three (3) references for which bidder has provided services on a contract similar in scope to that described in this IFB. Prior to award, s references will be checked and verified to determine the bidder’s responsiveness for the lowest responsible bidder. Companies or organizations providing a poor or bad reference may cause the bidder to be rejected for non-responsiveness, at the State’s sole discretion.

CONTRACT REQUIREMENTS

1 RETENTION OF RECORDS

The contractor shall maintain, for at least three years after completion of this contract, all relevant records pertaining to this contract. This shall include, but not be limited to, all records pertaining to actual contract performance from the date of contract award. It shall also include information necessary to document the level of utilization of MWBE’s and other businesses as subcontractors and suppliers in this contract as well as any efforts the contractor makes to increase the participation of MWBE’s. The contractor shall also maintain, for at least three years after completion of this contract, a record of all quotes, bids, estimates, or proposals submitted to the Contractor by all businesses seeking to participate as subcontractors or suppliers in this contract. The State shall have the right to inspect and copy such records. If this contract involves federal funds, Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations, or statutes included or referenced in the contract documents.

2 REPORTS

The contractor(s) must provide the following report(s) to Office of State Procurement.

Sales and Subcontractor Report

A quarterly Sales and Subcontractor Report (attached) shall be submitted in the format provided by the Office of State Procurement. You can get the report electronically at . Contractor must submit on the form what they invoiced to the Washington State Patrol for their services to the Coleman Dock, Fauntleroy and Edmonds Terminals.

Reports should be rounded to nearest dollar. Contractors will be provided with all necessary sample forms, instructions, and lists. Reports are due thirty (30) days after the end of the calendar quarter, i.e., April 30th, July 31st, October 31st and January 31st.

SPECIAL TERMS AND CONDITIONS

A PRICING AND ADJUSTMENTS

Unless otherwise stipulated all bids must include unit prices and extensions where applicable and be otherwise in the format requested.

All bid pricing is to be FOB Destination, freight prepaid and included, for any destination within the State of Washington.

B All pricing shall include the costs of bid preparation, servicing of accounts, and all contractual requirements. During contract, pricing shall remain firm and fixed for the initial term of the contract.

C Adjustments in pricing will be considered after firm fixed price period on a pass through basis only. These amounts may be increased, if requested, annually thereafter by an amount needed to compensate the contractor for any direct labor employee compensation increases incurred during the past year or longer contract period. Contractor must provide a minimum of 60 calendar days advance notice on any request with complete documentation of any ongoing direct labor cost increases incurred. Acceptance will be at the discretion of the State Procurement Officer and shall not produce a higher profit margin than that identified on the contractor's original bid cost and pricing data breakdown. Any direct labor cost increase shall not exceed the annual average percentage increase for the comparable period, Seattle-Tacoma consumer price index for urban wage earners and clerical workers, all items (CPI-W), compiled by the Bureau of Labor Statistics and the Department of Labor. If the Bureau of Labor Statistics ceases to publish the index the contractor and the state shall agree on a substitute index. Approved price adjustments shall remain unchanged for at least 365 calendar days thereafter.

D During the contract period, any price declines in cost reductions to Contractor shall be reflected in a reduction of the contract price retroactive to Contractor's effective date.

E During the term of this contract, should the contractor enter into pricing agreements with other customers providing greater benefits or lower pricing, contractor shall immediately amend the state contract to provide similar pricing to the state if the contract with other customers offers similar usage quantities, and similar conditions impacting pricing. Contractor shall immediately notify the state of any such contracts entered into by contractor.

2 CONTRACTOR PERFORMANCE

A The state, in conjunction with purchasers, monitors and maintains records of Contractor performance. Said performance shall be a factor in evaluation and award of this and all future contracts. Purchasers will be provided with product/service performance report forms to forward reports of superior or poor performance to the State Procurement Officer.

B Requirement for contractor’s immediate cure, upon notice of substandard staff:

Contractor shall immediately replace substandard staff upon notice. The Office of State

Procurement shall provide written notice to the contractor. Substandard staff shall mean

any staff whose performance or actions are deemed inappropriate for this duty.

3 PURCHASING CARD ACCEPTANCE

In an effort to streamline the purchasing and payment process, the State is encouraging agencies to use the state contracted purchasing card to facilitate small dollar purchases. While at the present time, it is not mandatory that contractors accept credit card purchases, we encourage all state contractors to consider this alternate payment process. Please indicate in Bid Submittals which card(s) you presently accept and payment discount you may offer the state. The current card available for state agency use is a VISA product.

4 BIDDER COMPLIANCE

The State reserves the right to consider the actual level of bidder’s compliance with the requirements specified in this IFB, and to consider a bid responsive if it substantially complies with the state’s intent relative to overall bid requirements and specifications.

5 UNIFORMS

The Contractor’s police officers are expected to wear the uniform of the police force in which they are commissioned. No reimbursement by the State will be allowed for the police officers equipment, uniforms, meals, travel expenses or travel time (including ferry travel)

6 INVOICING

The contractor will be paid monthly based on the number of direct hours worked by its officers.

Attachment A

REFERENCES

Contractor shall furnish a minimum of three (3) references for which bidder has provided services on a contract similar in scope to that described in this IFB

|1. |Government Agency: | |

| |Address: | |

| |Contact Person: | |

| |Telephone: | |

| |Email: | |

|2. |Company Name: | |

| |Address: | |

| |Contact Person: | |

| |Telephone: | |

| |Email: | |

|3. |Company Name: | |

| |Address: | |

| |Contact Person: | |

| |Telephone: | |

| |Email: | |

Attachment B

WSP TROOPER/SERGEANT HOURLY RATES EFFECTIVE 7/1/2003

|Trooper Range/Step |Years Service |Monthly Salary |Hourly Rate |Overtime Rate |

|900-01 | 0 - .5 |3,273.00 | 18.81 | 28.22 |

|900-02 | .5 - 1.5 |3,469.00 | 19.94 | 29.91 |

|900-03 |1.5 - 2.5 |3,677.00 | 21.13 | 31.70 |

|900-04 |2.5 - 3.5 |3,898.00 | 22.40 | 33.60 |

|900-05 |3.5 - 4.5 |4,132.00 | 23.75 | 35.63 |

|900-06 |4.5 - 5.0 |4,380.00 | 25.17 | 37.76 |

|  | | | | |

|901-05 | 5 + |4,468.00 | 25.68 | 38.52 |

|901-10 |10 + |4,557.00 | 26.19 | 39.29 |

|901-15 |15 + |4,648.00 | 26.71 | 40.07 |

|901-20 |20 + |4,741.00 | 27.25 | 40.88 |

| | | | | |

|Sergeant Range/Step |Years Service |Monthly Salary |Hourly Rate |Overtime Rate |

|904-01 | 0 - 5 |5,037.00 |28.95 |43.43 |

|904-05 | 5 + |5,138.00 |29.53 |44.3 |

|904-10 |10 + |5,241.00 |30.12 |45.18 |

|904-15 |15 + |5,346.00 |30.72 |46.08 |

|904-20 |20 + |5,453.00 |31.34 |47.01 |

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

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

Google Online Preview   Download