RFP ? Commercial Driver’s License Class B Training Services ? Commercial Operators Skills Training (COST) Program

Agency: City of Rochester
State: New York
Level of Government: State & Local
Category:
  • U - Education and Training Services
Opps ID: NBD12538254709117197
Posted Date: Apr 19, 2024
Due Date: May 10, 2024
Source: Members Only

RFP – Commercial Driver’s License Class B Training Services – Commercial Operators Skills Training (COST) Program

Introduction

The City of Rochester requests proposals from qualified individuals or organizations to administer the Commercial Driver License Class B (CDL-B) training portion of the Commercial Operators Skills Training Program (COST). The COST program is structured and designed to provide the tools and education to individuals to be trained and receive their CDL-B license to be employed as entry-level drivers for trucking companies locally. This program is funded by the New York State Department of Transportation (NYSDOT).

This RFP is for a component of the COST program.

To download the RFP, click here .

Questions

To ensure that all Respondents have a clear understanding of the scope and requirements of the RFP, the City will respond to all questions submitted via email by Friday, April 26, 2024 at 3:00 PM to:
Michelle Costanzo
Senior Administrative Analyst
Division of Environmental Quality
Email: Michelle.Costanzo@CityofRochester.gov

Responses to questions received will be posted on this web page by Wednesday, May 1, 2024.

To view questions and responses, click here.

Proposal Submission Deadline

Three (3) hard copies and one (1) electronic pdf version of your proposal for this RFP must be received by Michelle Costanzo by 4:00 PM on Friday, May 10, 2024.

Attachment Preview

City of Rochester
Department of Environmental Services
Division of Environmental Quality
Request for Proposals
Commercial Driver’s License Class B Training Services
Commercial Operators Skills Training (COST) Program
(This project is funded through from the New York State Department of Transportation (NYSDOT))
Though this project has been funded, wholly or in part, by the NYSDOT, the contents of this
document do not necessarily reflect the views and policies of the NYSDOT.
Release date: April 19, 2024
Date Due: May 10, 2024
Submit Proposals to:
Michelle Costanzo
Senior Administrative Analyst
City of Rochester Division of Environmental Quality
30 Church Street, Room 300B
Rochester, NY 14614
585-428-6649 (office)
Michelle.Costanzo@CityofRochester.gov
I.
PURPOSE
The City of Rochester requests proposals from qualified individuals or organizations to
administer the Commercial Driver’s License Class B (CDL-B) training portion of the Commercial
Operators Skills Training Program (COST). The COST program is structured and designed to
provide the tools and education to individuals to be trained and receive their CDL-B license to
be employed as entry-level drivers for trucking companies locally. This program is funded by the
New York State Department of Transportation (NYSDOT).
II. GENERAL BACKGROUND AND INFORMATION
The City of Rochester (City) and the NYSDOT will be implementing COST as a pilot program.
COST is a comprehensive, multi-partner effort designed to lead to sustainable long-term career
opportunities in the trucking industry and to ensure underserved City residents share in the
economic benefits derived from these opportunities. The program will target current City
employees, dislocated workers seeking access into the trucking industry, underemployed
individuals, and unemployed individuals including low-income and minority residents, veterans,
and those with some advanced driver’s education.
The primary goal of the COST Program is to train individuals for employment as entry-level
drivers for trucking companies.
Timeline
Activity
Time
Date
RFP Release
4/19/2024
Deadline for questions
3:00 pm
4/26/2024
Response for questions submitted
4:00 pm
5/1/2024
Proposals due
Consultant Selection and Award
Notification
City Council Approval of
agreement with Consultant
Agreement Start Date
4:00 pm
5/10/2024
May 2024 July 2024
TBD
July 2024 August 2024
The dates shown above may be subject to change within the City of Rochester’s sole discretion
and upon written notification as set forth herein.
III. COMMUNICATIONS
2
All communications by parties who have indicated an intent to submit or have submitted a
proposal in response to this RFP (“Respondents”), including any questions or requests for
clarifications, submission of the proposal, requests for status updates about the proposal
selection process and any other inquiries whatsoever concerning this RFP shall be sent, in
writing, to the following City staff person (“City Contact”):
Michelle Costanzo
Senior Administrative Analyst
Michelle.Costanzo@CityofRochester.gov
No contact is permitted with any other City staff member with regard to this RFP during the RFP
process unless specifically authorized in writing. Prohibited contact may be grounds for
disqualification.
Please contact Michelle Costanzo via email at Michelle.Costanzo@CityofRochester.gov with
any questions about this RFP solicitation by April 26, 2024. Any substantive changes to this
RFP made subsequent to the date of issuance will be shared with all potential proposers
receiving the RFP and posted on the City’s web page by May 1, 2024.
To ensure that all Respondents have a clear understanding of the scope and requirements of
this RFP, the City will respond to all timely questions submitted via e-mail to the City Contact by
the question deadline stated above. Questions and the responding answers will be sent via e-
mail to all Respondents who have provided an e-mail address to the City Contact and will be
posted on the City’s web page for this RFP. The City’s failure to timely respond or provide
responses to any questions shall not delay or invalidate the City’s right to make a decision to
award an agreement pursuant to this RFP.
The City will make every reasonable effort to keep Respondents informed about the RFP
process. Notifications about Timeline date changes, amendments to the RFP and other
information about the RFP will be sent by e-mail to Respondents who have provided an e-mail
address to the City Contact and will be posted on the City’s website for this RFP. The City’s
failure to provide such information shall not delay or invalidate the City’s right to make a
decision to award an agreement pursuant to this RFP.
IV. PROGRAM DESCRIPTION
The basic objectives of the COST Training Program are to recruit and train eight (8)
unemployed or underemployed City residents and/or current City employees aspiring to acquire
a CDL-B license and to place successful trainees in full-time employment in the commercial
truck driving industry.
The City will enroll up to eight (8) trainees for the program. The program is designed to take
place over a six (6) to eight (8) week period, Monday through Friday. After the first year of the
program, the City anticipates two (2) additional training periods of eight (8) or more attendees in
two subsequent years. Training and support services in addition to those requested through this
RFP include Life Skills and Social Skills development. This component will be provided to
program participants by a separate entity outside of the scope of this proposal.
3
V. SCOPE OF SERVICES
The City is seeking the services of a Consultant to perform the following services to implement
the Project. Respondent’s proposal shall address each of the following services. The proposal
shall address each of the requested services, using the same identifying language, including any
paragraph or section numbers or letters as used in the RFP.
The selected Consultant pursuant to this RFP will be required to provide CDL-B training. The
training must be provided within a six (6) to eight (8) week period for of cohort of up to eight (8)
students. In total, eight (8) students will be trained as one (1) cohort.
A. Required Services
The Consultant will provide CDL-B training to the City to implement the COST Program.
The Consultant will work under the direction of the COST Program Manager. The
Consultant shall provide the following services at their training facility, including the use of
classroom space, materials, equipment and vehicles.
1. Classroom and Practical Truck Training
2. Administration of NYSDOT Physicals & Fees
3. Administration of NYSDOT Drug Screens & Fees
4. Administration of CDL-B Learner’s Permit Testing & Fees
5. Administration of CDL-B License Testing & Fees
6. Administration of Motor Vehicle Records & Fees
7. Administration of State Road Testing
8. Other program or project support services as reasonably requested by the City.
VI. AGREEMENT TERM
The term of this agreement shall be one (1) year from the date of execution with the option of
two (2) one-year extensions by mutual written consent.
VII. PROPOSAL SUBMITTAL REQUIREMENTS:
Proposals must be postmarked or received by the City no later than May 10, 2024.
Three (3) hard copies and one (1) electronic pdf version of your proposal for this RFP are to be
delivered by 4:00 PM on May 10, 2024 to:
Michelle Costanzo
Senior Administrative Analyst
City of Rochester Division of Environmental Quality
30 Church Street, Room 300B
Rochester, NY 14614
Michelle.Costanzo@CityofRochester.gov
Each proposal shall be signed by an individual authorized to enter into and execute contracts on
the Respondents behalf. Unless otherwise specified in its proposal, Respondent represents that
it is capable of meeting or exceeding all requirements specified in this RFP.
4
Submission of a proposal shall be deemed authorization for the City to contact Respondents
references. Evaluation of proposals will be conducted by the City based on information provided
in the Respondents proposals and on such other available information that the City determines
to be relevant. The evaluation of proposals may include an on-site assessment, meetings with
authorized personnel, and may involve the use of a third-party consultant.
The Respondent selected by the City will be required to enter into a Professional Services
Agreement (PSA) with the City (see Attachment A, the Citys standard PSA form). The
establishment of a PSA is contingent upon approval by City Council for all Agreements in excess
of $20,000 or for a period of more than one year and upon the availability of funds for such an
agreement. Unless otherwise stated in the proposal, the Respondents response to this RFP shall
be deemed its acceptance of the terms of this PSA. (Note: Attention is directed to the Citys Living
Wage requirements and MWBE and Workforce Utilization Goals)
Respondents shall provide sufficient information in their written proposals to enable the City
review team to make a recommendation to the Mayor. The City reserves the right to invite any
or all Respondents to an interview to discuss their proposal. Any expenses resulting from such
an interview will be the sole responsibility of the Respondent. The City is under no obligation to
select any of the responding Respondents or to conduct the Project described herein. The City
may amend or withdraw the RFP at any time, within its sole discretion. The City shall have no
liability for any costs incurred in preparing a proposal or responding to the Citys requests with
respect to the proposal.
VIII. PROPOSAL CONTENT
Proposals submitted in response to this RFP must include the following:
A. Experience and Qualification providing the Training Listed in Section V.
1. A brief discussion of your experience providing CDL-B training to organizations
and/or individuals.
2. Identify the number of years you have been providing such services.
3. If you have provided program support targeted to unemployed/underemployed or
other disadvantaged student groups, please describe the type of assistance provided
and relevant context of such program support.
B. Facility
The proposal must include a description of the proposed facility where the training will
take place and available equipment and vehicles.
C. Personnel
The proposal must include the resume of the individual(s) who would actually perform
the services identified in Section V. Also, clearly identify the individual that will serve as
the City’s primary point of contact for the services to be provided under this agreement.
D. References
Please provide three (3) recent client references and telephone numbers for individuals
that can comment on you and/or your firm’s capabilities in the performance of the type of
5
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >