Current Contract Information Form



State of Washington

Current Contract Information

Revision Date: March 13, 2009

|Contract number: |07106 ( replaces 03605) |Commodity code: |9741 |

|Contract title: |Charter Bus/Van Services for WSD and WSSB |

|Purpose: |To extend North Route 1 to the Hood Canal Bridge, effective May 1, 2009 through the end of the school year. |

|Award date: |08/24/2006 |

|Period of performance: |09/01/2007 |through: |08/31/2008 |

|Contract term: |Not to exceed 6 years or 08/31/2012 |

|Contract type: |This contract is designated as mandatory use. |

|Scope of Contract |Establish transportation services for The Washington School for the Deaf and The Washington State School for the |

| |Blind. |

|Products/Services available: |Student and Staff Transportation |

|Related product contracts: |04298 – charge Card Services |

|Contract exclusions: |Specific reason(s) when not to use the contract. |

|Contractors: |This contract is awarded to multiple contractor(s). |

| |A & A Motorcoach, Inc. (page 7) – WSSB and WSD East Route |

| |Wickkiser International Companies, Inc. (page 8) – WSD North Route |

|Primary users: |Washington School for the Deaf and Washington State School for the Blind ONLY |

|Contract pricing: |See page 7, 9, 11 |

|Current participation: |$0.00 MBE |$0.00 WBE |$391,496.92 OTHER |$0.00 EXEMPT |

| |MBE 0% |WBE 0% |OTHER 100% |Exempt 0% |

|Primary Contact: |Neva Peckham |

|Phone: |(360) 902-7425 |

|Fax: |(360) 586-2426 |

|Email: |npeckha@ga. |

Visit our Internet site: ga.

1. SPECIAL CONDITIONS:

• To extend North Route 1 to the Hood Canal Bridge, effective May 1, 2009 through the end of the school year.

• To grant a twelve (12) month extension to Wickkiser International Companies, Inc. Effective September 1, 2008 through August 31, 2009.

• Update 2008-2009 School calendar and stop times for Washington School for the Deaf and Washington State School for the Blind.

• To grant A & A Motorcoach a price increase, effective September 6, 2008.

• To grant Wickkiser/Bellair Charters a price increase, effective September 6, 2008.

• Per customer request to update the stop time for North 1 Silverdale.

GENERAL REQUIREMENTS

Logistical considerations and school schedule changes may require temporary or permanent reworking of a route or routes. These changes will be initiated by the customer to the Contractor Point of Contact listed in Section 3.2. These changes will be coordinated with designated contact persons at WSSB and/or WSD. At the discretion of the respective school(s), OSP may be involved in any stage of this process. Schools may propose schedule changes as needed. Contractor will be ready to execute revised route(s) within 48 hours of schedule notification. No co-mingling of WSD and WSSB routes, student body, or employees is to occur during a scheduled route(s) or revised route(s) without the prior approval of all of the following: WSSB and WSD. The Office of State Procurement will be the primary contact for any permanent route changes and corresponding price adjustments.

2. CONTRACTOR RESPONSIBILITIES

The awarded Contractor will name a Single Point of Contact that will be on duty at all times when the students are being transported. Single Point of Contact shall ensure supervision and coordination, taking corrective action as necessary to meet contractual requirements. The Point of Contact will not be the driver of the bus. This contact will be available through either an (1) office phone, (2) cellular phone, or both. If for any reason this contact will not be available for the entire duration of the scheduled route, the designated contact person (s) at the respective school(s) must be notified 24 hours in advance of the beginning of the route. Point of Contacts will have the following responsibilities:

• Contractor will be responsible for training the driver(s), dispatch, and any other employee who may be involved in the administration and/or implementation of the contract. The dispatch office will be specifically trained by the Contractor on the communication procedures with WSD and WSSB contact person(s).

• Contractor will be responsible for ongoing or “keep current” training for all driver certifications.

3. BUS/VAN REQUIREMENTS

The ongoing responsibility of ensuring the bus(es)/vans used for this contract are consistent with the contract requirements lies solely on the Contractor. All buses and vans must be in compliance with WAC 480.40, WAC 296-17-54403  the WUTC, and RCW 81.70 , 81.68 RCW

5. VEHICLE Maintenance standards

All school vehicles shall be maintained in safe operating conditions through a systematic preventive maintenance program.

All school vehicles shall be inspected in accordance with legal requirements.

Pre-route inspections shall be required. If vehicle does not pass the pre-route inspection, an alternate vehicle will be used.

A regular preventive maintenance and inspection record for vehicles operated under the provisions of this specification shall be submitted to The Office of State Procurement, and/or either school upon request during the contract period. A Maintenance Schedule will be submitted to The Office of State Procurement within five (5) business days after award. The Maintenance Schedule will not be used in the initial evaluation of the contract, but as a measure to ensure student safety. Maintenance and inspection records will be available to The Office of State Procurement within three (3) days of request. Failure to safely maintain and inspect vehicles used in this contract may result in temporary removal of vehicle from contract. Said vehicle may be re-instated on this contract at the sole discretion of the Office of State Procurement after Contractor has provided sufficient written documentation indicating repairs have been made to ensure student safety. A physical inspection may be required to verify the documentation.

6. BUS DRIVER REQUIREMENTS

Bus driver shall have a working radio on the bus to communicate with their dispatch office. The driver’s radio will be able to communicate with their office/ dispatch from any junction along the bus route. An alternate means of communication may be acceptable, ie, cell phone, if approved by the customer.

For each travel day, the bus is to arrive at least 15 minutes prior to the scheduled departure time.

Each driver will be provided a document, hereafter referred to as “contact sheet”, to be kept in its entirety on the bus at all times during contract related transportation. The contact sheet will be a collaborative effort of the respective schools and the Contractor. At the beginning of any contract route, the driver may be provided with an updated contact sheet reflecting any changes deemed necessary by school staff. This document will include first, second and third points of contact for relevant school staff, and will be provided by the schools to the Contractor five (5) days after award. The purpose of the contact sheet: 1) Make clear the expectations for the job 2) To have available the phone numbers necessary to keep in contact with WSD and WSSB. In the event of a delay or execution of a contingency plan, the bus driver will know whom to call.

Communication of any delay is very important. Parents and family are often waiting for students at the designated pick up points. Therefore, the bus in transit must communicate immediately with school staff if a delay is occurring or is likely to occur.

CDL CLASS P: Any vehicle with GVWR less than 26,001 lbs. (Designed to carry 16 or more persons including driver) 49 CFR Part 383, RCW 46.25 and WAC 308-100. See checklist, page 5.

Contractors must be in compliance with all provision of WAC 180-20, School bus Driver Requirements.

Drivers will conduct routes in accordance with RCW 46.61, Rules of the Road.

Employer’s suspecting and/or having actual knowledge that an employee/driver is using alcohol/drugs while performing safety sensitive functions will not permit the employee/driver to perform or continue to perform safety sensitive functions. If the school(s) suspect that a driver is under the influence of alcohol/drugs, they shall not permit the driver to perform the route and will immediately contact the emergency contact(s) listed in this document to provide a backup driver.

Drivers must refrain from the use of tobacco products while on campus, during routes, or in view of students. Tobacco products include cigarettes, cigars, pipes, smokeless tobacco and chewing tobacco. Any tobacco products possessed by drivers shall be out of sight at all times when on duty, on school grounds, or in the school bus. This policy also prohibits the appearance of tobacco products, tobacco use or tobacco brands on drivers clothes.

At the state’s discretion, bus drivers found by State Patrol or other law enforcement entity in violations, either a traffic violation or other criminal activity, however minor, may be deemed unsuitable.” This section only applies while in the operation of a contracted route.

Any person who has committed: Any felony crime involving the physical neglect of a child under chapter 9A.42 RCW, the physical injury or death of a child under chapter 9A.32 or 9A.36 RCW, sexual exploitation of a child under chapter 9.68A RCW; sexual offenses under chapter 9A.44 RCW where a minor is the victim; promoting prostitution of a minor under chapter 9A.88 RCW; the sale or purchase of a minor child under RCW 9A.64.030, or violation of similar laws of another jurisdiction; will be disqualified as a bus driver.

The responsibility for checking bus drivers’ criminal backgrounds to ensure they have not been convicted of any of the aforementioned crimes is an ongoing responsibility, which lies solely upon the Contractor. Contingency back-up drivers are not subject to FBI background check requirements. Contingency providers will be paid by the Contractor for emergency expenses directly. The State will pay the Contractor the regular contracted price. It is the desire of both schools to have all back-up driver(s) meet the same requirements of a primary drive, but will not affect the contract award.

Driver(s) shall never have been found in any dependency action under RCW 13.34.030 to have sexually assaulted or exploited any minor or to have physically abused any minor.

The driver(s) shall never have been found in any disciplinary board final decision to have sexually or physically abused or exploited any minor or developmentally disabled person.

CDL-P (school bus) requirement. Contractors are required through the life of this contract to remain in compliance with required Washington State Department of Licensing CDL with passenger endorsement requirements.

Driver complaints about Staff monitors are to be conveyed through employer’s Point of Contact REPORTS

This contract is in accordance with the Washington Utilities and Transportation Commission (WUTC) and the Washington State Patrol in referencing “A Guide to Achieving a Satisfactory Safety Records”, Washington Administrative Code (WAC 480.40 and 480.40-999) and Revised Code of Washington (RCW 28A.160) Carriers are responsible for knowing and complying with all state and Federal Regulations Code 49 (WAC 180.20) whether or not they are referred to or discussed in this bid document. The manual maybe reviewed and or copied at: wutc..

Contractor hereby agrees to reimburse WSD and/or WSSB fully for any additional cost incurred due to breakdown or delay of bus(es)/van(s). This includes the cost for both students and monitors of all documented travel, per diem and any labor costs (monitors) and any other reasonable charges. Contractor will inform the WSD or WSSB of any delays or potential delays as soon as possible. The Contractor shall provide uniforms to all personnel driving the specified routes. Cleaning costs of uniforms is to be borne by the Contractor. Uniforms will include company logo badge/patch with name of the driver clearly legible on the front of the uniform.

Number of students, location of stops and schedule are as close as possible at this time but are subject to change.

7. PRICING AND ADJUSTMENTS

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

Upon mutual agreement, those utilizing this contract and the awarded Contractor may negotiate alternate routes throughout the term of this contract. For example, route or schedule adjustments may be necessary if a new student enrolled during the school year or if a student no longer requires school provided transportation. Adjustment of the contract price to accommodate agreed upon changes will be allowed based on the nature of the change.

During contract period, pricing shall remain firm and fixed for at least 365 calendar days after effective start date of the contract.

During the contract period, should the Contractor enter into pricing agreements with other customers providing greater benefits or 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

8. CONTRACTOR PERFORMANCE

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 Contracts Specialist.

The Contractor shall maintain, for at least six (6) 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 invoicing and 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 six 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.

9. 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 . Total purchases for each State Agency, University, Community and Technical Colleges must be shown separately. Total purchases for all political subdivisions and non-profit organizations may be summarized as one customer. Additionally, all purchases by the State of Oregon or other purchasers must be reported as an aggregate total. Vendors may elect to file sales reports online: Online Contract Sales Reporting.

Submitted reports shall include section A, B and C in accordance with reporting directions on .

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.

Contractor Information

award for WSSB Bus and Van Route and WSD East Bus/East Van Route

|CONTRACTOR INFORMATION: |

|Name: |A & A Motorcoach Inc |

|Federal ID No. |91-1502197 |

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

|Name: |Randy Ammerman |Name: |Stan Kepler |

|1. Telephone: |(509) 575-3676 Ext. 102 |1. Telephone: |(509) 575-3676 Ext. 104 |

|2. Telephone: |(509) 969-7966 (cell) |2. Telephone: |(509) 969-6136 (cell) |

|Fax: |(509) 575-1523 |Fax: |(509) 575-3676 |

|Email: |randy@ |Email: |stan@ |

|Emergency Contact #1 (509) 575-5744 |Emergency Contact #2 (509) 575-5744 |

|Name: |Jared Ammerman |Name: |Wendi Peterson |

|1. Telephone: |(509) 575-3673 Ext. 101 |1. Telephone: |(509) 575-3676 Ext. 103 |

|2. Telephone: |(509) 969-7967 (cell) |2. Telephone: |(509) 969-7971 (cell) |

|Fax: |(509) 575-1523 |Fax: |(509) 575-1523 |

|Email: |jared@ |Email: |wendi@ |

|Route Changes/Updates sent to: |Billing sent to: |Payment sent to: |

|Name: |Stan Kepler (dispatch) |Jared Ammerman |Jared Ammerman |

|Telephone: |(509) 575-3676 Ext. 104 |(509) 575-3673 Ext. 101 |(509) 575-3673 Ext. 101 |

|Fax: |(509) 575-1523 |(509) 575-1523 |(509) 575-1523 |

|Email: |stan@ |jared@ |jared@ |

Contractor Information

award for WSD North Route

|CONTRACTOR INFORMATION: |

|Name: Richard Johnson |Wickkiser International Companies Inc |

|Federal ID No. |91-1451967 |

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

|Name: |Richard Johnson |Name: |Graham Mallison |

|1. Telephone: |(360) 543-9369 |1. Telephone: |(360) 543-9373 |

|2. Telephone: |(360) 815-3680 |2. Telephone: |(360) 815-3682 |

|Fax: |(360) 380-1538 |Fax: |(360) 380-1538 |

|Email: |Richard@ |Email: |graham@ |

|Emergency Contact #1 |Emergency Contact #2 |

|Name: |Airporter Dispatch |Name: |Tom Stewart |

|1. Telephone: |(360) 543-9380 |1. Telephone: |(360) 543-9367 |

|2. Telephone: |(360) 380-2859 Ext. 107 |2. Telephone: |(360) 815-3682 |

|Fax: |(360) 380-1538 |Fax: |(360) 380-1538 |

|Email: |shuttle@ |Email: |tom@ |

|Route Changes/Updates sent to: |Billing sent to: |Payment sent to: |

|Name: |Richard Johnson |Attn: Bea Freeman |Attn: Bea Freeman |

|Telephone: |(360) 543-9369 |(360) 543-9371 |(360) 543-9371 |

|Fax: |(360) 380-1538 |(360) 380-1538 |(360) 380-1538 |

|Email: |Richard@ |Bea.f@ |Bea.f@ |

WSSB Bus and Van Route

|Section |Description |Qty |One Way |Full Size Bus |Total Price |

| | | | |Unit Price | |

|1. |WSSB Bus |74 |Trips |$1,083.67 |$80,191.21 |

|2. |Van |74 |Trips |$427.76 |$31,654.43 |

|TOTAL FOR ROUTE |$111,845.64 |

|Section |Description |One Way |Unit Price |

|4. |Minibus |$875.00 |$875.00 |

[pic]

DROP OFF AND PICK UP TIMES

BUS

| |Designated Pick Up and Drop Off Locations |Friday |Sunday |

| |SEE NOTES BELOW | | |

|BUS |Kelso |1:00 pm |7:50 pm |

| |Exit 39 – Shell Gas Station, East side of I-5 | | |

|BUS |Toledo |1:30 pm |7:30 pm |

| |Exit 60 | | |

|BUS |Chehalis |1:40 pm |7:10 pm |

| |Exit 76, Arco AM/PM | | |

|BUS |Aberdeen/Tenino CFN’s Fred’s Tires |2:05 pm |7:00 pm |

| |Exit 88A NB/Exit 88 B Southbound | | |

|BUS |Lacey, South Sound Mall, Front of Sears Friday |2:15 pm |6:30 pm |

| |South Sound Mall, North of Sears Sunday | | |

| |Exit 107/108 | | |

|BUS |Tacoma, Timberline Bank, 7805 S. Hosmer |2:50 pm |5:45 pm |

| |Exit 128/129 | | |

|BUS |Seattle, South Center Mall, Double Tree Hotel |3:45 pm |5:10 pm |

| |Exit 153/154B | | |

|BUS |Lake Forest Park/Edmonds, McDonalds |4:30 pm |4:20 pm |

| |Exit 177 | | |

|BUS/ |Everett, Quality Inn |5:00 pm |4:00 pm |

|VAN |Exit 186 (van has monitor provided by the contractor) | | |

VAN

| |Stops |Friday |Sunday |

|VAN |Everett, Union 76 Station, Hewett & Cedar |5:30 pm |3:45 pm |

| |Exit 193 | | |

|VAN |Lakewood/ Smokey Point, Denny’s |6:00 pm |3:25 pm |

| |Exit 208 | | |

|VAN |Mt. Vernon, Denny’s on College Way |6:45 pm |3:00 pm |

|VAN |Bakerview/Bellingham at the Exxon off Exit 258 |7:25 pm |2:15 pm |

WSD East Bus/East Van Route

|Section |Description & approximate # of students |Qty |One Way |Full Size Bus |Total Price |

| | | | |Unit Price | |

|1. |East Bus No. 1 – |75 |Trips |$1,682.53 |$125,982.41 |

| |25 Students to start, | | | | |

| |14 after drop off. | | | | |

|2. |East Bus No. 2 - |75 |Trips |$370.73 |$27,758.84 |

| |10 Students | | | | |

|TOTAL FOR EAST ROUTE |$153,741.25 |

|Section |Description |One Way |Unit Price |

|4. |Minibus |$1300.00 |$1300.00 |

[pic]

WSD EAST BUS/EAST VAN DROP OFF AND PICK UP TIMES

| |Designated Pick Up and Drop Off Locations |Friday |Sunday |

|Bus #1 |Cascade Locks |6:00 pm |12:00 pm |

| |EXIT 44 | | |

|Bus #1 |TOPPENISH (Branding Iron Cafe´) |3:45 pm |2:30 pm |

| |*PASCO and WALLA WALLA students board a bus # 2( see below) | | |

|Bus #1 |YAKIMA – Gearjammer Truck Stop |3:15 pm |3:00 pm |

| |2310 Rudkin Road | | |

|Bus #1 |ELLENSBURG (EAGLE TRUCK STOP) |2:35 pm |3:50 pm |

| |EXIT 109 | | |

|Bus #1 |GEORGE (UNION 76 STATION) |1:40 pm |4:50 pm |

| |EXIT 149 | | |

|Bus #1 |WENATCHEE(AIRPORT) |1:00 pm |5:30 pm |

| |Monitor Drop Off and Pick Up. | | |

|Bus #1 |CHELAN (WAL-MART) 108Apple Blossom Drive |11:30 am |6:45 pm |

|Bus #1 |BRIDGEPORT (HOME ADRESS TO BE PROVIDED) |11:00 am |7:35 pm |

| |No Monitor | | |

|Bus #1 |OMAK HOME (HOME ADRESS TO BE PROVIDED) |10:30 am |8:00 pm |

| |No Monitor | | |

|Bus #2 |SUNNYSIDE Exit 69 (Shell Station) |3:15 pm |3:00 pm |

|Bus #2 |PROSSER Exit 80 (Rest Area) |3:05 pm |3:10 pm |

|Bus #2 |PASCO McDonalds |2:30pm |3:45 pm |

| |2202 WEST COURT | | |

|Bus #2 |TOUCHET TEXACO / SUBWAY |1:30 pm |4:45 pm |

| |16284 HWY 12 | | |

| |Connection to be made with School District Bus. | | |

|Bus #2 |Pasco (Airport) |12:45 pm |5:20 pm |

| |Monitor Drop Off and Pick Up | | |

WSD North Route

|Section |Description & approximate # of students |Qty |One Way |Full Size Bus |Total Price |

| | | | |Unit Price | |

|1 |North # 1 - |75 |Trips |$919.94 |$62,658.50 |

| |20 Students | | | | |

|2. |North # 2 - |75 |Trips |$1,265.06 |$94,879.50 |

| |25 Students | | | | |

|TOTAL FOR NORTH ROUTE |$157,538.00 |

|Section |Description |One Way |Unit Price |

|4. |Minibus – North #1 |$783.00 |$783.00 |

| |Minibus – North #2 |$1174.00 |$1174.00 |

[pic]

WSD NORTH #1 DROP OFF AND PICK UP TIMES

|Stops |Friday |Sunday |

|Kelso – Three Rivers Mall – Target Exit 39 |1:00 pm |7:15 pm |

|Castle Rock – Pepper 49er Restaurant Exit 49 |1:25 pm |6:50 pm |

|Chehalis (park & ride) Exit 77 (Stop not currently being used) |2:10 pm |6:35 pm |

|Tenino (park & ride) Exit 88 (Stop not currently being used) |2:25 pm |6:20 pm |

|Olympia (Ace Hardware Store) Exit 99 |2:20 pm |6:00 pm |

|Tacoma – Timberland Bank Exit 128 |3:05 pm |5:10 pm |

|Purdy (Stop not currently being used) |4:05 pm |4:40 pm |

|Silverdale (Kitsap Mall transit area near Sears) |4:30 pm |4:10 pm |

Monitors will be dropped off at WSD upon completion of the North 1 route and picked up at WSD to begin trip.

WSD NORTH #2 DROP OFF AND PICK UP TIMES

|Stops |Friday |Sunday |

|South Center- Doubletree Hotel Exit 153/154B |3:00 pm |6:30 pm |

|Lake Forest Park- McDonalds Exit 177 |4:00 pm |5:45 pm |

|Everett – Best Western/Cascadia Inn Exit #194 |4:45 pm |5:25 pm |

|Smokey Point – Smokey Point Plaza Exit 206 (Stop not currently being used) |5:15 pm |4:45 pm |

|Mt Vernon (Denny’s) Exit 227 |5:45 pm |4:20 pm |

|Bellingham – Bellisfair Mall Exit 256 (Stop not currently being used) |6:15 pm |3:40 pm |

Monitors will be dropped off at WSD upon completion of the North 2 route and picked up at WSD to begin the trip.

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

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

Google Online Preview   Download