request for quotation - fremont unified school web viewrequest for proposal. including . addendum #1...

68
REQUEST FOR PROPOSAL Including Addendum #1 & #2 SPECIAL NEEDS PUPIL TRANSPORTATION SERVICES FOR SOUTH COUNTY TRANSPORTATION GROUP CONTACT: FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY AVE. FREMONT, CA 94538 Proposals Due by: December 17, 2015 at 10:00 AM 1 | Page

Upload: duonganh

Post on 06-Mar-2018

221 views

Category:

Documents


3 download

TRANSCRIPT

REQUEST FOR PROPOSAL

Including Addendum #1 & #2

SPECIAL NEEDS PUPIL TRANSPORTATION SERVICES

FOR

SOUTH COUNTY TRANSPORTATION GROUPCONTACT: FREMONT UNIFIED SCHOOL DISTRICT

4210 TECHNOLOGY AVE. FREMONT, CA 94538

Proposals Due by:December 17, 2015 at 10:00 AM

1 | P a g e

TABLE OF CONTENTS

General Information ……………………………………………………………………………………………….…….…. 3

Notice to Bidders ..……………………………………………………………...……...............................………….… 4

Schedule of Events and Background …………………………………………………………....……...………………. 5

General Instructions, Terms and Conditions ….………………………………………………...……..…………...…… 8

Scope of Work…………………………………………………………………………………………….………….……… 16

Proposal Questionnaire: Attachment A ……...…………………………………………………..…..…….…………… 26

Transportation School Bell Data: Attachment B ………………..…………………………………..……….…....……. 36

Cost Proposal: Attachment C ……………..….………………………….……………………………....…….………. 37

Addenda Form: Attachment D…………………………………………………………………………………………… 39

Non-Collusion Declaration: Attachment E……………………………………………………………………………..… 40

2 | P a g e

GENERAL INFORMATION

COMMON TERMS AND DEFINITIONS

The terms " SCGT,” “South County Transportation Group,” and “Group,” may be used interchangeably in this solicitation and are defined exclusively as the South County Transportation Group.

The terms “RFP,” “Request for P r o p o s a l ” and “Solicitation” m a y be used interchangeably in this solicitation and are defined exclusively as this solicitation.

The terms “Proposal,” “Bid,” and “Offer” may be used interchangeably in this solicitation and are defined exclusively as the response made to this solicitation by any Vendor.

The term “SET” is defined exclusively as “special education transportation.”

The terms “SET Provider,” “Vendor,” “Company,” and “Contractor” may be used interchangeably and are defined exclusively as those persons or entities who submit a Proposal in response to this Solicitation and/or who ultimately enter into a contract to provide the SCTG SET services.

The terms “Contract” and “Agreement” may be used interchangeably in this Solicitation and are defined exclusively as the ultimate contract to provide the SCTG SET services resulting from this solicitation.

GENERAL INFORMATION ABOUT THE SOUTH COUNTY TRANSPORTATION GROUP AND ITS SPECIAL EDUCATION TRANSPORTATION NEEDS

The South County Transportation Group is a consortium comprised of several school districts listed below:DISTRICT ESTIMATED NUMBER OF STUDENTSAlameda Unified School District (ambulatory 165, non-ambulatory 9)Castro Valley Unified School District (ambulatory 121, non-ambulatory 8)Dublin Unified School District (ambulatory 93, non-ambulatory 3)Fremont Unified School District (ambulatory 475, non-ambulatory 20)Livermore Valley Joint Unified School District (ambulatory 340, non-ambulatory 12)Newark Unified School District (ambulatory 101, non-ambulatory 5)Pleasanton Unified School District (ambulatory 8, non-ambulatory 00)San Leandro Unified School District (ambulatory 142, non-ambulatory 8)San Lorenzo Unified School District (ambulatory 208, non-ambulatory 10)Sunol Glen Unified School District (ambulatory 1, non-ambulatory 0)

The SCTG has approximately 1,729 special education students with approximately 1,654 of those who are ambulatory and approximately 75 non-ambulatory (e.g., require the use of a wheelchair).

During the 2015-16 school year, our current contractor has 148 routes.

The SCTG reserves the right to issue other contracts to meet its transportation requirements, including transportation for its special education students. Contract award does not preclude the SCTG from using other service providers for contracted services.

An underlying principle of this RFP is best value. Best value is determined through a process that evaluates strengths, weaknesses, risk and exemplary customer service.

3 | P a g e

NOTICE TO BIDDERS

RE: Pupil Transportation Services for the South County Transportation Group

NOTICE IS HEREBY GIVEN that the South County Transportation Group hereby invites and will receive sealed bid quotations from interested and qualified Bidders for furnishing Special Needs Pupil Transportation Services, beginning student transportation on June 1, 2016. Preparation, planning, route confirmation, vehicle transition must be in place by Friday, May 27, 2016.

Each RFP submittal must contain a completed Proposal Form Price Schedule (cost proposal), a completed Proposal Questionnaire, and any proposed modifications to the Contractual Agreement for furnishing Pupil Transportation Services, and a bid bond.

A mandatory pre-bid conference is required. This conference will be held at 10:00 AM, October 27, 2015, at 43770 S. Grimmer Blvd. Fremont, CA 94538. Bidders failing to attend this conference will have their quotations rejected and returned unopened.

All bid documents can be obtained at www.fremont.k12.ca.us/purchasing. All questions pertaining to the RFP should be emailed to: [email protected]. Please email all questions prior to November 3, 2015. Answers to all questions will be posted on the District’s website (www.fremont.k12.ca.us).

Said sealed quotations should be delivered to the Fremont Unified School District, 4210 Technology Dr., Fremont CA 94538. The envelope containing the sealed RFP should be clearly marked:

“SPECIAL NEEDS PUPIL TRANSPORTATION SERVICES”

Fremont Unified School DistrictPurchasing Department4210 Technology Drive

Fremont, CA 94538

Said sealed proposals must be received by the Fremont Unified School District no later than 10:00 AM on Thursday, December 17, 2015. The SCTG reserves the right to reject any and all proposals and to waive any informality, technical defect or clerical error in any RFP, as the interest of the SCTG may require. Any bidder may withdraw his or her proposal, either personally or by written request, at any time prior to the scheduled closing time for receipt of proposals.

SOUTH COUNTY TRANSPORTATION GROUP REPRESENTATIVE

By _____________________________________Rebecca Leanna – SCTG PresidentDirector Transportation Fremont Unified School District

4 | P a g e

SCHEDULE OF EVENTS & BACKGROUND

SCHEDULE OF EVENTS

Date ActionOctober 8, 2015 Release of RFPOctober 27, 2015 at 10:00 AM Mandatory Pre-Bid ConferenceNovember 3, 2015 at 4:00 PM End Written Question PeriodNovember 17, 2015 at 4:00 PM Deadline for Addressing Written Questions and issuing Addenda. Answers

and any addenda will be posted on the district’s webpage at www.fremont.k12.ca.us/purchasing

December 17, 2015 at 10:00 AM RFP Submitted to districtMay 27, 2016 Route planning, preparation and transition plan in placeJune 1, 2016 Contract Start Date

STATEMENT OF INTENTThe South County Transportation Group is issuing this Request for Proposal (RFP) to interested and qualified Bidders for furnishing Special Needs Pupil Transportation Services. It is the intent of the South County Transportation Group to enter into a five (5) year contractual agreement with the option to extend for one year.

Each bid submittal must contain a completed Proposal Form Price Schedule (Cost Proposal), a completed Proposal Questionnaire, a Bid Bond, and any proposed modifications to the Contractual Agreement for furnishing Pupil Transportation Services.

CURRENT ENVIRONMENTThe South County Transportation Group consists of ten districts within the Alameda County area. During the 2015 – 2016 school year, the approximate student count was 1,729 students with the current contractor utilizing 148 routes for this service.

MANDATORY PRE-BID CONFERENCEA mandatory pre-bid conference is required. This conference will be held on 10:00 AM, October 27, 2015, at 43770 S. Grimmer Blvd. Fremont, CA 94538. Bidders not present will have their RFP submittal rejected and returned unopened.

PROPOSAL QUESTIONNAIRE – ATTACHMENT A A completed Proposal Questionnaire must accompany the RFP submittal. The information provided by the Bidder will be used to evaluate the qualifications of the Bidder to perform the work and services as specified in these documents. The Proposal Questionnaire must be filled out accurately and completely.

SCHEDULE OF EVENTSThis RFP is being advertised, emailed to known potential Bidders, and published on the hosting district’s website.

5 | P a g e

DELIVERY OF RFP’SSEALED proposals must be received by the Fremont Unified School District no later than 10:00 a.m. on Thursday, December 17, 2015 and marked as indicated below.

“SPECIAL NEEDS PUPIL TRANSPORTATION SERVICES”

Fremont Unified School DistrictPurchasing Department4210 Technology Drive

Fremont, CA 94538

WITHDRAWAL OF PROPOSALAny Bidder may withdraw his or her proposal, either personally or by written request, at any time prior to the scheduled closing time for receipt of quotations.

DETERMINATION OF AWARDThe Group is under no obligation to accept the lowest quote rendered. The SCTG will award the contract to the lowest responsible Bidder who best satisfies the terms, bid specifications, and conditions contained in the RFP, and the pupil transportation requirements of the South County Transportation Group.

RESERVATIONSThe South County Transportation Group reserves the right to reject any and all bids and to waive any informality, technical defect, or clerical error in this RFP, as the interests of the South County Transportation Group may require. The Group reserves the right to reject responses to the RFP submitted by any Bidder, who in the Groups opinion has previously failed to perform satisfactorily when providing services of a similar nature being requested in this RFP.

INTERIM QUESTIONS DURING BID PREPARATION PERIODDuring the quotation preparation period, interested parties are to address all questions in writing to:

Bryan Wakefield, Director of PurchasingE-mail: [email protected]

BID BONDA bid bond in the amount of $100,000 (one hundred thousand dollars) shall be required with each sealed submittal. The bid security received by the SCTG will be returned within ten days for all proposals rejected by the SCTG. The bid security for a proposal under consideration by the SCTG will be returned within 90 days following the opening of proposals.

The cashier’s check or surety bond shall be given as a guarantee that the Bidder will enter into the contract if awarded the work, and in the case of refusal or failure to enter into the contract within ten (10) calendar days after notification of the award of the contract, SCTG shall have the right to award to another Bidder. If the bidder fails or refuses to enter into a contract in a timely manner, the SCTG reserves the right to declare the bid bond forfeited and to pursue all other remedies in law or equity to such breach including, but not limited to, seeking recovery of damages for breach of contract. Failure to provide bid security, or bid security in the proper amount, may result in rejection of the bid.

If a proposal is accepted by the South County Transportation Group and a contract offered pursuant to the terms of the RFP and bid submittal, but the Bidder does not execute a contract within ten days from the date of offer of a contract, the South County Transportation Group may declare such Bidder’s bid security forfeited to the South County Transportation Group.

PERFORMANCE BONDThe successful Bidder, simultaneously with the award of the contract, shall be required to submit a surety bond in an amount of $500,000 (five hundred thousand dollars) to secure faithful performance of the maximum contract amount.

6 | P a g e

DELIVERY DATEBarring any unforeseen circumstances, the SCTG intends to have pupil transportation services fully operational by the contract starting date of June 1, 2016.

SALES TAXSales tax should not be included in any RFP submittal amounts. However, any items that will be taxed must be noted.

MANUFACTURER NAMESThe use of the name of a manufacturer or any special brand, make, or model or trademark name in describing any item in this RFP does not restrict Bidders to that manufacturer or specific article. They are being used to indicate the quality and utility of the article described, but the items on which the quotations are submitted must in all cases be equal to or exceed in quality and utility to those referred.

RFP NEGOTIATIONSA bid response to any specific item of this RFP with the terms such as: “negotiable,” “will negotiate,” or similar words or phrases will be considered as non-compliance with that specific item.

INVOICE PAYMENTSPayments for services under the contract shall be made after service is completed. A Billing Computation will be completed by the contractor and delivered to SCTG by the 10 th of the month in order for payment to be made by the end of the month.

REQUEST FOR FEDERAL IDENTIFICATION NUMBERAs a condition of submitting a proposal and accepting an award of contract with the South County Transportation Group, each Bidder must provide documentation of its Federal Employer Identification Number (e.g., IRS Form W-9). A corporation must furnish a certificate attesting to the existence of the corporation and the authority of officers to sign contracts and other documents.

7 | P a g e

GENERAL INSTRUCTIONS, TERMS AND CONDITIONS

TERMS AND CONDITIONS

A. USE OF DISTRICT DOCUMENTSBid submittals must be made on forms or in the format provided in this RFP. The reproduction of said documents is permitted so long as reproduced copies are exactly the same in size, format and content as the forms prepared by the Group. Any proposal submitted in altered form may result in rejection of such proposal at the option of the SCTG. Three (3) sets of the Bidder’s bid (one original and two copies) must be submitted.

The South County Transportation Group RFP proposal documents include:

a. Statement of Intent b. General Instructionsc. Proposal Questionnaire (Attachment A)d. Transportation Data (Attachment B) e. Proposal Form Price Schedule – Cost Proposal, including a proposed school bus inventory

(Attachment C) f. Addenda Form (Attachment D) – not required if no addenda are issued

B. INSPECTION OF DOCUMENTS1. Each Bidder receiving RFP forms prepared by the SCTG is responsible for inspection of said

documents, for missing or illegible pages, or other indication of incomplete information provided to the Bidder.

2. The failure or neglect of any Bidder to receive or examine any contract document, form, instrument, addendum, or other document shall in no way relieve any Bidder from obligations with respect to its proposal. The submittal of a proposal shall be taken as prima facie evidence of compliance with this section.

3. Receipt of addenda to the proposal documents by a Bidder must be acknowledged on the proposal on Attachment D.

C. RFP SUBMITTAL PACKAGE1. Each Bidder must submit three (3) sets (one original and two copies) of the bid proposal package

in the format prescribed herein. A complete package must include all of the following documents:

a. Proposal Bid Bondb. Proposal Questionnaire (Attachment A)c. Cost Proposal (Attachment C)d. Addenda Form (Attachment D) – not required in no addenda are issuede. Non-Collusion Declaration (Attachment E)

2. The right is reserved, as the interests of the SCTG may require, to revise or amend the specifications prior to the date set for submittal of proposals. Such revisions and amendments, if any, will be announced by an addendum or addenda to this RFP. If the revisions and amendments are of a nature which require material changes in quantities or prices proposed or both, the date set for the submittal of proposals may be postponed by such number of days as in the opinion of the SCTG will enable Bidders to revise their proposals. In such cases, the addendum will include an announcement of the new date for submittal of proposals.

D. MANDATORY PRE-BID CONFERENCE8 | P a g e

1. A mandatory pre-bid conference will be held on 10:00 AM, October 27, 2015, at 43770 S. Grimmer Blvd. Fremont CA 94538

2. Attendance at the pre-bid conference is mandatory. Bidders not present will have their proposals rejected and returned unopened.

3. All questions during the bid preparation shall be directed to:

Bryan Wakefield, Director of PurchasingE-mail: [email protected]

E. ERASURES OR CORRECTIONS TO ENTRIES1. The bid submittal must not contain any erasures, strike-overs or other corrections of entries that

impair accurate interpretation of the entry and understanding of the bid proposal.

2. If correction of an unintended entry is desired, such correction must be legible and clearly authenticated by initials of the person signing the proposal. Illegible or unauthenticated corrections may result in rejection of the proposal at the option of the SCTG.

F. WITHDRAWAL OR AMENDMENT OF SUBMITTED PROPOSAL1. Any bid proposal which has been submitted may be withdrawn prior to the scheduled time for

opening of proposals. A request to withdraw a bid proposal must be in writing and be received by the SCTG prior to the scheduled time for the submittal of bid proposals.

2. No amendment, addendum or modification will be accepted after the bid proposal has been submitted. If a change to a bid proposal that has been submitted is desired, the submitted bid proposal must be withdrawn and the replacement bid proposal submitted prior to the time scheduled for the submittal of bid proposals.

3. Bid proposals may not be withdrawn for 90 days after the scheduled time for the submittal of bid proposals.

G. EVALUATION AND AWARD OF CONTRACTThe award of the Pupil Transportation Services agreement will be made in accordance with the following evaluation criteria:

1. Bid Proposal Package Evaluation – Weight 50%. The “Bid Proposal Package” will be reviewed by an evaluation committee consisting of representatives of the SCTG and other agencies if necessary. The Bid Proposal Package will be initially screened for completeness. Those bid proposals determined to be deficient in the opinion of the South County Transportation Group will be rejected. Written Bid Proposal Packages will be evaluated using the following criteria, which are listed in random order without respect to weight or priority:

Experience of Bidder in providing Pupil Transportation Services in general, and specifically to Special Education students Management Capability Financial Condition Hiring Procedures Commitment to Alternative-Fueled Buses and Emission Control (see H., below) Safety Program Training Program Equipment and Vehicle Maintenance Program Driver Wages and Benefits Vehicle Fleet Age & Condition Location of Transportation Facility to Service This Contract

9 | P a g e

Competitiveness of Rates References

All data and information in the proposal package will be subject to verification and consideration.

It shall be at the sole option of the SCTG to eliminate a bid proposal from further consideration if such evaluation determines that the Bidder or Bidders is/are incapable of meeting or unlikely to meet the Groups pupil transportation needs. Written proposals not rejected shall be assigned a rating which will carry a weighting of 50% in the proposal evaluation process.

2. Site and References Evaluation – Weight 25%. One or more members of the SCTG evaluation committee may conduct site evaluations for those Bidders not eliminated during the “Bid Proposal Package” evaluation phase. As well, the SCTG may contact any references provided by the Bidder, and/or other school Superintendents served by the Bidder. Site evaluations will be conducted at facilities chosen by the SCTG where the Bidder currently provides pupil transportation services.

Site and references evaluation criteria, listed in random order and without regard to weight or priority, are as follows:

Personnel Overall Appearance of Facility Fleet Maintenance Quality Customer References Recordkeeping (e.g., vehicle maintenance, safety and training records, etc.,) Cost Accounting

By submitting a bid proposal, each Bidder agrees to make selected facilities and personnel available for evaluation to the SCTG upon reasonable notice.

Site and references evaluations will be assigned a rating which will carry a weighting of 25% in the overall bid proposal evaluation process. At its option, the SCTG may choose to eliminate any or all proposals from further consideration after the site and reference evaluation.

3. Management Interviews – Weight 25%. For any Bidders not eliminated from consideration after the bid proposal package evaluation and the site and references evaluation phases, one or more members of the SCTG evaluation committee may interview both the person whom the Bidder intends to have as General Manager of the SCTG pupil transportation terminal operation and the person who will serve as their immediate supervisor.

The management interviews will carry a weight of 25% in the overall proposal evaluation process. The management interview evaluation criteria, listed in random order without respect to weight or priority, are as follows:

10 | P a g e

Qualifications and Experience in the field of pupil transportation Management Concepts and Professional Communications Job Knowledge Transition Plan Responsiveness during the interview Commitment to a professional partnership to serve the students of SCTG.

H. COMMITMENT TO ALTERNATIVE-FUELED BUSES AND EMISSION CONTROLThe SCTG strongly requests the Bidder’s full support in protecting vulnerable populations, particularly California’s school children, from the harmful effects of air pollution. Accordingly, the SCTG evaluation of the Bid Proposal Package will include a criterion of “Commitment to Alternative-Fueled Buses.” Bidders should provide evidence of this criterion, if any, consistent with the following principles:

1. The SCTG strongly requests the use of alternative-fueled buses for certain fleets of 15 or more buses, when government funding for the incremental cost is available;

2. The SCTG requests, and strongly supports, an effort to apply for government funding to retrofit, repower or replace pre-1987 model year buses, as applicable, and encourages Bidders to pursue State funding to upgrade aging school bus fleets;

3. The SCTG strongly supports Bidders’ efforts to incorporate the latest technological developments available to protect California school children from the harmful effects of air pollution;

4. The SCTG strongly encourages Bidders to focus on replacing buses manufactured prior to 1977, as they do not meet federal motor vehicle safety standards and were not subject to oxides of nitrogen (NOx) and particulate emission control. Also, the SCTG will request a reduction of emissions from the public school bus fleets by replacing the 1977-86 model year school buses and by retrofitting middle-aged diesel school buses through the local Bay Area Air Quality Management District’s Lower Emission School Bus Program;

5. The SCTG strongly supports Bidders’ efforts to seek government funds through the local Bay Area Air Quality Management District’s Lower Emission School Bus Program to accelerate the replacement and retrofit of school buses, thus reducing school children’s exposure to toxic particulate matter (PM) emissions.

I. REJECTION OF PROPOSAL AND WAIVER OF IRREGULARITIESThe SCTG reserves the right to reject any or all bid proposals and to waive any irregularities in any bid proposal or the bid proposal process. The SCTG reserves the right to select any bid proposal which the Group believes is in the best interest of the SCTG and which may not represent the lowest prices submitted.

J. BID BOND AND PERFORMANCE BONDA bid bond in the amount of $100,000 (one hundred thousand dollars) shall be required with each sealed bid submittal. The bid bond received by the SCTG will be returned within ten days for all proposals rejected by the SCTG. The bid bond for a proposal under consideration by the SCTG will be returned within 90 days following the opening of proposals.

The cashier’s check or surety bond shall be given as a guarantee that the Bidder will enter into the contract if awarded the work, and in the case of refusal or failure to enter into the contract within ten (10) calendar days after notification of the award of the contract, SCTG shall have the right to award to another Bidder.

If the Bidder fails or refuses to enter into a contract in a timely manner, the SCTG reserves the right to declare the bid bond forfeited and to pursue all other remedies in law or equity to such breach including, but not limited to, seeking recovery of damages for breach of contract. Failure to provide bid security in the proper amount may result in rejection of the bid.

11 | P a g e

If a proposal is accepted by the SCTG and a contract offered pursuant to the terms of the RFP and bid submittal, but the Bidder does not execute a contract within ten days from the date of offer of a contract, the SCTG may declare such Bidder’s bid security forfeited to the SCTG.

The SCTG requires that as a condition for awarding a contract the receipt of a renewable annual performance bond naming the SCTG as obligee or beneficiary in the amount of $500,000 (five hundred thousand dollars). The performance bond must be issued by an approved surety duly licensed and authorized to transact business in the State of California, in a form and content acceptable to the SCTG.

K. OBTAINING INFORMATION1. Outside Sources. The SCTG reserves the right to obtain, from any and all sources, information

concerning a Bidder which the SCTG deems pertinent to this RFP and to consider such information in evaluating the Bidder’s proposal. By submitting materials pursuant to this RFP, Bidders hereby waive any and all claims against the SCTG in connection with or arising from the provision or receipt of such information.

2. Inspections. The SCTG reserves the right to make on-site inspections of the Bidder’s installations and vehicles and any proposed subcontractor facilities and vehicles which the SCTG deems pertinent to evaluate the Bidder’s proposal and to consider any information received in evaluating the Bidder’s proposal.

L. PROPOSAL COSTSThe SCTG shall not be liable for any cost incurred by a Bidder in the preparation or delivery of its response to this RFP or for any other costs incurred because of this RFP.

M. BUS FACILITYThe SCTG requires that the successful Bidder provide a bus transportation facility within SCTG that is convenient and reasonable in its location to best serve the needs of the SCTG, its Transportation Department, and its students.

The bus transportation facility shall be fully staffed, including management, operating and maintenance personnel.

N. PROPOSAL DISCLOSURE1. All proposals received shall remain confidential until an agreement resulting from this RFP is

signed by the SCTG and the successful Bidder; thereafter the proposals shall be deemed public records with the exception of Bidder’s financial statement. In the event that a Bidder desires to claim that other products or submittal documents of its proposal are exempt from disclosure under the Public Records Act, it is incumbent upon the Bidder to identify those portions in the transmittal letter. The transmittal letter must identify the page, the particular exemption(s) from disclosure and the contended justification for exemption upon which it is making its claim. Each page, or part thereof, claimed to be exempt from disclosure must be clearly identified by the word “confidential” printed on the lower right hand corner of the page.

2. The SCTG will consider a Bidder’s request(s) for exemption from disclosure in light of the Public Records Act by which they are bound. An assertion by a Bidder that all or part of its proposal is exempt from disclosure will not be honored.

3. Until an agreement resulting from this RFP is executed, no employee, agent or representative of any Bidder shall make available or discuss its proposal with the news media or press, any elected or appointed official or officer of the SCTG, unless specifically allowed to do so in this RFP or in writing by the SCTG for the purposes of clarification, evaluation and/or negotiation.

12 | P a g e

4. Bidders shall not issue any news releases(s) or make any statement to the news media pertaining to this RFP or any proposal and/or contract or work resulting therefrom without the prior written approval of the SCTG, and then only in cooperation with the SCTG.

O. NOTIFICATIONBidders whose proposals have not been selected for further negotiation or award will be notified in writing.

P. TRANSPORTATION DATAEnclosed with the proposal documents and labeled “Transportation Data” (Attachment B) is data summarizing projected operating levels for the Group. The Group cautions that this information may be approximate and is based on current available data. The Group does not intend any Bidder to rely on the accuracy of the information in submitting their proposal.

Q. INDEMNITYThe Bidder shall indemnify, defend, and hold harmless the SCTG, their officers, agents, employees, and servants from all claims, suits or actions of every name, kind and description, brought for or on account of injuries to or death of any person, including Bidder, or damage to property of any kind whatsoever and to whomsoever belonging, including but not limited to, the concurrent active or passive negligence of the SCTG, their officers, agents or employees and servants, resulting from the performance of any work required by the Agreement, provided that this shall not apply to injuries or damage for which the SCTG has been found in a court of competent jurisdiction to be solely liable by reason of their own negligence or willful misconduct.

R. INSURANCEWithin ten (10) working days of award of contract, the Bidder shall file insurance policies as specified below. The Bidder shall not commence operations under this contract until all insurance required has been provided to and approved by the SCTG. Certificates of the required insurance shall be furnished in duplicate and addressed to the SCTG. Each of the insurance companies must be duly and legally licensed to transact business in the State of California. Certificates shall be issued at the expense of the Bidder and shall be maintained by them at their expense during the entire life of the contract plus thirty (30) days.

Certificates of insurance must indicate that the coverage cannot be reduced or canceled until thirty (30) days after the receipt of the registered notice of cancellation or reduction of coverage by the SCTG and such notice is to be sent to individual districts respectively as members of the SCTG.

13 | P a g e

S. WORKER’S COMPENSATIONIn submitting a bid for this RFP, the Bidder agrees to have in effect during the entire life of any contract awarded pursuant to this RFP Workers’ Compensation and Employer Liability Insurance providing full statutory coverage. In signing this agreement, the Bidder makes the following certification, required by Section 1861 of the California Labor Code:

“I am aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Workers’ Compensation or to undertake self-insurance within the provision of the Code, and I will comply with such provisions before commencing the performance of this contract.”

T. PUBLIC LIABILITY, PROPERTY DAMAGE, AUTOMOBILE LIABILITY INSURANCEThe Bidder shall take out and maintain during the life of the Contract such Bodily Injury Liability, Property Damage, and Automobile (Vehicle) Insurance as shall protect it and the SCTG and each of their officers, agents, employees, and servants while performing work covered by the Agreement from any and all claims for damages for bodily injury including accidental death, as well as any and all claims for property damage which may arise from the Bidder’s operations under this agreement, whether such operations are by itself, the Superintendent, or by anyone employed by or acting as an agent of either of them. The amounts of such insurance shall be $5,000,000 (Five Million Dollars) combined single limit bodily injury and property damage for each occurrence and $10,000,000 (Ten million dollars) automobile (vehicle) liability insurance.

The SCTG and their officers, agents, employees, and servants shall be primary insured to the full limits of liability of the policy, and if the SCTG members or officers and employees have other insurance against a loss covered by such policy, such other insurance shall be excess insurance only.

In the event of the breach of any provision of this section, or in the event any notice is received which indicates any required insurance coverage will be diminished or canceled, the SCTG may, at its option, and notwithstanding any other provision of the Agreement to the contrary, immediately declare a material breach of the Agreement and suspend all further work pursuant to the Agreement.

U. EQUAL OPPORTUNITY EMPLOYMENTDuring the performance of the Agreement, the Bidder agrees as follows:

1. The Bidder will not discriminate against any employee or applicant for employment without regard to race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, or sexual orientation. The Bidder will take all necessary action to ensure applicants are employed, and that employees are treated during employment, without regard to their race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, or sexual orientation;

2. The Bidder agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause;

3. The Bidder will, in all solicitations or advertisements for employees placed by or on behalf of the Bidder, state that all qualified applicants will receive consideration for employment without regard to race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, or sexual orientation. In the event of the Bidder’s non-compliance with the provisions of this Article or with any other pertinent law or regulation pertaining to non-discrimination in employment, this contract may be canceled, terminated or suspended in whole or in part.

Ref.: Labor Code Sections: 1735, 1777.5, 1777.6

14 | P a g e

V. PREVAILING LAWIn the event of any conflict or ambiguity between these instructions and state and federal law or regulations, the legal requirements shall prevail. Additionally, all services to be performed under the contract shall conform to all applicable requirements of local, state and federal law.

W. RIGHTS AND REMEDIES IN THE EVENT OF DEFAULTIf the Bidder defaults by not providing pupil transportation services as required by the Agreement, the SCTG may procure the services from other sources and shall recover the loss occasioned thereby from any unpaid balance due the Bidder or by proceeding against a Bidder’s surety bonds, if any, or by suit against the Bidder.

X. GOVERNING LAW AND VENUEIn the event of litigation, the bid documents, specifications and related matters shall be governed by and construed in accordance with the laws of the State of California. Venue shall be with the appropriate State court located in Alameda County and Federal court in the Northern District in San Francisco.

Y. SPECIAL INSTRUCTIONSAll bid documents submitted automatically become the property of the SCTG. The SCTG reserves the right in its sole discretion to:

a. Reject or modify any or all bids.

b. Waive any informality, technical defect, or clerical error.

Expenses for developing the bid documents are entirely the responsibility of the Bidder and shall not be chargeable to the SCTG.

Any information which may have been released either orally or in writing prior to the issuance of the RFP shall be deemed preliminary in nature and bind neither the SCTG nor the Bidder.

Z. NON-COLLUSIONIn submitting a bid for this RFP, the Bidder declares that the bid is not made in the interest of, or on behalf of any undisclosed person, partnership, company, association, organization or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived or agreed with any Bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication or conference with anyone to fix the bid price of the Bidder or any other Bidder, or to fix any overhead, profit or cost element of the bid price, or that of any other Bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.

Ref.: Public Contract Code section 7106 Code of Civil Procedure section 2015.5

15 | P a g e

SCOPE OF WORK

The Contractor will furnish the SCTG with the required number of appropriately licensed/permitted vehicles, administrative and support staff, facilities, special equipment and supplies for transporting special education students to and from school sites within surrounding areas according to the numbers provided by the RFP group members, at such time and places as assigned by the SCTG. The Contractor shall also include transportation to and from student-related services and other school activities as specified in a student’s IEP.

T h e C o n t r ac t or wh o is a wa rd e d t h is c o n t r ac t w ill be r e spo n sible f or t h e f o l lo w i n g d u t i e s :

TRANSPORTATION JURISDICTION

Transport students qualified for special education services residing within the jurisdiction of the SCTG from the pickup address to drop off address and return to designated delivery address, said addresses to be designated by the Group. Such transportation shall be provided to designated addresses on all days schools are in session.

SEAT BELTS/CAR SEATS/HARNESSES

CONTRACTOR shall provide s e a t belts for all special education passengers. Infant carriers shall be provided by parents/guardians for all infants. Such carriers shall be secured to the seat by an approved means to assure the safety of the pupil and shall have its own strap for securing the infant t o the carrier. When requested by the SCTG, CONTRACTOR will provide harnesses or other special restraints as required to ensure the safe transportation of a student; the SCTG shall be charged a one-time equipment f e e equal to the cost of obtaining th is equipment. Parent to strap in infant c a r r i e r and driver m u s t check the carrier.

TRAVEL TIME

Deliver the students to their respective schools not more than fifteen (15) minutes, but not less than five (5) minutes, before classes convene and have transportation vehicles arrive at each school for the return trip at least five (5) minutes, but not more than ten (10) minutes, after classes are dismissed. The driver and vehicle shall wait a minimum of ten (10) minutes after arrival at school to pick up students before departing for the next destination.

The travel time a child is in route on any trip s h a ll n ot e x cee d si x t y (60 ) m i nu t e s o n e wa y except for (a) delays caused by conditions beyond the Contractor’s control, as determined by the District or (b) medical and/or behavioral needs of a student that necessitate less travel time, as documented in the student’s IEP. Trips anticipated to exceed this time limit must be approved in advance in writing by the SCTG.

Special consideration shall be made to travel times pertaining to students under the age of six (6) to decrease the ride as much as logistically possible. This travel time limit shall diligently be limited to thirty (30) minutes.

COMPLIANCE WITH LAW

Comply with all federal, state and local laws and regulations, statutes, ordinances, and rules applicable to a Contractor’s performance under the contract, including but not limited to: licensing, employment and purchasing practices, and wages, hours and conditions of employment, including non-discrimination.

AUTHORIZED PASSENGERS

Drivers will not transport any person, except a student enrolled within the SCTG jurisdiction, or an employee of the Group or Contractor, without first obtaining SCTG permission.

16 | P a g e

INFORMATION FOR STATE REPORTS

Supply the SCTG with all necessary information within the Contractor’s control so that the Group may apply to the California Department of Education for reimbursement for pupil transportation. The Contractor further agrees to submit to the SCTG:

A monthly written report not later than the 15th of the following month showing the total number of miles each vehicle traveled and the number of students transported on each vehicle for each day on which students were transported.

An annual written report no later than July 30th showing the average daily number of students transported and the average distance pupils were transported.

ACCIDENT & OPERATIONAL REPORTS

All accidents or incidents involving the Contractor’s equipment, personnel, or students being transported while operating for the SCTG shall be reported in writing to the SCTG within five (5) working days. A preliminary oral report shall be made to the SCTG within thirty (30) minutes following the accident, and shall include whether any fatalities or injuries occurred and a general description of property damage. The parents/guardians and school of attendance, as well as any student affected, shall be notified by the Contractor as soon as possible and the whereabouts of the student disclosed. Follow-up accident written reports shall be made periodically until all the pertinent facts have been reported to the SCTG. A legible copy of both the responding police agency and the Contractor’s accident investigator’s final report shall be submitted to the SCTG within ten (10) working days following the accident or incident or when such report is completed, whichever occurs first. Finally, the Contractor’s internal communication problems shall not relieve the Contractor of its obligation to provide sufficient information and advance notification to the District, law enforcement or any other person/entity regarding an accident/incident as may be required by the California Highway Patrol’s Passenger Transportation Safety Handbook.

The Contractor shall provide any and all operational records the District deems necessary within ten (10) business days of the SCTG request.

COMPLAINTS

Keep complete and accurate records of all written and oral complaints received regarding the Contractor’s services for the District from all sources including, but not limited to: SCTG employees or agents, parents/guardians, students, school-related service providers, private schools, state or federal agencies and other school districts. Contractor shall provide to the SCTG a written monthly report listing said complaints and actions taken by the Contractor, if any, to resolve each complaint.

VEHICLE CERTIFICATION, PERMITS & REQUIREMENTS

The Contractor shall only use Transportation Charter Party (“TCP”) and/or municipally permitted vehicles that meet all applicable regulations and laws relating to special education student transportation. The Contractor shall use only certified school buses, as required by federal and state laws and regulations, with an average age no older than eight (8) years, and at no time shall the age of any bus used exceed the maximum of ten (10) years on July 1 of each year.

All vehicles shall be equipped with full vehicle air conditioning, and individual seat belts or harnesses. All vehicles shall also be equipped with two-way radios; fire extinguishers (as described in California Education Code Section 39838); and first aid and blood borne pathogen kits. All vehicles transporting students in wheelchairs shall be equipped with hydraulic lifts and wheelchair securement devices that comply with federal and state legal requirements. Lifts purchased in or after 1995 shall have a manual override to provide for operation in the event of failure in the electrical system.

Specialized equipment may only be utilized if designated in a student’s IEP, or by mutual agreement of all parties involved.

17 | P a g e

Contractor shall submit to the SCTG a vehicle manifest within five (5) business days of the SCTG request.

SPECIAL/MODIFIED EQUIPMENT REQUIREMENTS

If any equipment used by Contractor in the performance of the contract is required to be installed or modified due to a change in the law or applicable rules and/or regulations, such modification or installation shall be made by the Contractor without notification from the SCTG. Contractor shall bear the entire cost of such modification and/or installation.

STANDBY VEHICLES

Contractor will provide standby vehicles (20% of total fleet of SCTG), of appropriate sizes, that meet all of the noted requirements, which shall be located by the Contractor at points close enough so they may be substituted for regularly assigned vehicles, if needed, without delay.

STANDBY PERSONNEL

Contractor shall maintain a list of standby personnel to perform the work required pursuant to the contract if regularly assigned personnel are absent or otherwise unavailable (20% of total assigned drivers of SCTG). The Contractor shall submit this list to the SCTG prior to the commencement of work.

DISCIPLINE ON THE SCHOOL BUS

Students transported by the Contractor shall be under the authority of, and responsible directly to, the driver of the vehicle, and the driver shall be held responsible for the safe and orderly conduct of the students at all times while they are in the vehicle. The Contractor may refuse to transport any student who, based upon past conduct, presents a potential danger to any other person(s) on the vehicle. However, the Contractor will submit a written report of a student’s misconduct to the SCTG designee within 24 hours of the occurrence and will engage with the SCTG designee regarding the propriety of excluding a student from transportation.

EXIGENT CIRCUMSTANCES REGARDING DEPARTURE WITHOUT A STUDENT

Recognizing that exigent circumstances arise where a driver must leave a student at a pick up or drop off location (e.g., when a student refuses to enter the vehicle) in order to adhere to the driver’s scheduled route and to not prejudice other students, the driver shall immediately communicate to the Contractor the circumstances that required the driver to depart without a student; the Contractor shall then immediately telephone and email the SCTG designated personnel regarding the matter; and the Contractor shall also immediately telephone the student’s parent/guardian regarding the matter. The Contractor shall, within three (3) business days of a driver departing without a student, provide the SCTG with a written report regarding the circumstances giving rise to that particular matter.

CERTIFICATE OF COMPLIANCE

Contractor shall furnish to the SCTG proof that all vehicles utilized for the contract are certified with a Transportation Charter Permit (TCP) by the Public Utilities Commission or have municipal permits applicable to the areas served. This proof shall be furnished prior to beginning operation under the Contract and annually or at any time during the term of the Contract upon the SCTG request. Proof of certificates will be provided to SCTG members through Terminal Inspections, and a list of CHP 292 Certificates for each vehicle.

VEHICLE INSPECTION

Allow the SCTG to inspect all vehicles used in furnishing the services at any time during the term of the contract. A copy of each vehicle’s yearly TCP or Municipal inspection shall be sent to the SCTG SET Coordinator or other District designee. Vehicles which are deemed by the SCTG to be unfit for providing the required service shall be replaced by the Contractor with another vehicle of the same size, type and capacity, and in proper condition. Any required special education equipment shall be altered or installed on all such replacement vehicles at the Contractor’s sole expense.

18 | P a g e

VEHICLE MECHANICAL CONDITIONS & APPEARANCE

All vehicles utilized by the Contractor under the contract shall be in excellent mechanical and safe operating condition during the entire term of the contract, and shall meet or exceed the applicable standards established by federal and California state laws and regulations, as well as accepted industry maintenance standards. Regular preventive maintenance shall be practiced on all vehicles.

All vehicles utilized by the Contractor for the SCTG SET needs shall be clean and sanitary, and shall have an excellent exterior and interior appearance in accordance with SCTG standards during the entire term of the contract. In addition, repairs to visible body damage, inside and out, shall be made within thirty (30) days from the date such damage occurs.

The Contractor shall maintain vehicle inspection reports and shall make said reports available to the SCTG for review within five (5) business days of the District’s request.

RADIO EQUIPMENT

Each vehicle shall be equipped with new radios for communication to a base station dispatch terminal before being used pursuant to the contract. A citizens band radio is not allowed. All communication equipment will be maintained in good working condition at all times during the term of the contract. An option for radio communication between Contractor and specified districts serviced within the SCTG may be arranged and agreed upon with Contractor and independent districts.

DIGITAL VIDEO CAMERAS AND GLOBAL POSITIONING SYSTEM (GPS)

Each vehicle shall be equipped with at least three (3) fully functioning in-vehicle digital video cameras that in totality display the full interior of the vehicle where students are positioned during transportation. The video cameras shall capture and record images, either on the in-vehicle video recording unit or in a remote location, which must be copied/retained by the Contractor (and reviewable within 24 hours upon demand by the SCTG) for at least 30 days.

Each vehicle shall also be equipped with a fully functioning global positioning system (GPS) that the Contractor may use to track and record the vehicle’s position at any given time.

FACILITIES – VEHICLE PARKING

M a i n t enance : The Contractor shall establish and maintain, throughout the duration of the contract, a maintenance facility/garage adequately equipped and staffed as required to perform preventative maintenance and repairs to vehicles used under the contract.

Lo ca t ion : Maintenance and administrative facilities shall be maintained in Alameda County.

Ad m i n is t r a t ive a n d Su p p ort S t aff : A facility located in Alameda County shall be staffed as required to administer and support the transportation of students, including the availability of personnel to receive and place telephone calls and monitor the radio equipment during the hours that students are being transported each school day. A private line, dedicatedto SCTG-related business, shall be installed at that facility at no cost to the SCTG.

PRE-EMPLOYMENT SCREENING

The Contractor shall develop and implement a pre-employment screening program for all candidates for employment, including drivers. The screening program shall be designed to assist the Contractor in determining a candidate’s suitability for assignment to SET services.

19 | P a g e

DRIVER REQUIREMENTS:

Provision of Personnel: The Contractor shall employ a sufficient number of qualified drivers and support personnel to assure the SCTG of continuous, reliable, safe and on- time service. The Contractor shall also employ an adequate number of substitute drivers to ensure the SCTG receives continuous and on-time service.

Li cen s e s : All drivers employed by the Contractor to provide the SCTG service must have a valid and current California Commercial Driver’s License and each school bus driver must hold a valid and current California Department of Motor Vehicles (“DMV”) “California Special Driver Certificate.” The Contractor shall maintain a list of each driver’s name, California Driver’s License number and DMV summary record (also known as a DMV “employer pull notice”), which list shall be made available to the SCTG District upon two (2) days request.

P ro h ibi t i on : The Contractor shall not use drivers to provide the SCTG SET services that have accrued more than three (3) moving violations for any reason in the last two (2) years, and shall not use drivers who have had a DUI, DWI, or any controlled substance- related violation.

B ac kgro un d : The Contractor shall verify and be liable for the payment of all driver criminal record checks prior to transporting students, with such verification placed in the driver’s file. The Contractor shall ensure that a driver does not provide service to the SCTG when any background check or findings indicate criminal history convictions, as obtained through state and national searches (e.g., DOJ and FBI). The Contractor shall maintain a record keeping system available for the Group’s inspection upon two (2) days request to verify the foregoing.

H ea l t h R e q u ir emen t s : Each driver employed by the Contractor to provide service to the District shall be in good health. Each driver shall have a skin test or chest x-ray indicatingthe driver is free from Tuberculosis prior to driving for the SCTG, which test or examination shall then take place every two (2) years thereafter. Random testing of drugs and alcohol, chest x-rays or skin tests may be required by the SCTG. Any driver failing to be tested or found to have a “positive” drug test result shall be immediately removed from service to the SCTG. Contractor shall establish and maintain a record keeping system to assure that each driver meets these requirements. These records shall be available for review by the SCTG within two (2) business days upon request.

Sm oki n g P ro h ibi t i on : Drivers shall abstain from using tobacco products in the vehicle or on school grounds. Drivers, as well as their vehicles, must not smell of smoke or any other offensive odor.

Mor al Turpitude : The Contractor recognizes that, for the protection of students, drivers, other contractors, and the SCTG, the Contractor’s employees who have contact with the students and their families must be of stable personality and high moral character. Contractor shall ensure that all of its personnel meet these qualifications. Contractor will not allow any person to drive (a) whose conduct might in any way expose a child to any impropriety of word or conduct; (b) who Contractor knows or has reason to know is not in a condition of mental or emotional stability; or (c) who is under the influence of drugs or alcohol, including prescription and non-prescription drugs that impair the safe operation of the vehicle.

Li ft Op e r a t i on R e q u ir emen t s : Drivers who are required to lift students in and out of vehicles shall have special training, including refresher in-service training, provided by the Contractor in lifting techniques and treatment of the handicapped children who must be lifted, including appropriate methods of securing wheelchairs within a bus/vehicle. Such personnel shall be physically capable of performing the required lifting. Proof of training will be submitted to the SCTG within two (2) business days upon request.

T i m e Sche d u l e s : All drivers shall be provided and required to have an up-to-date route sheet, area map and a timepiece with them while on duty so that they can maintain established route and time schedules.

Ro u t e Assig nmen t s : Drivers shall be permanently assigned to the same route, whenever possible and shall have no more than two (2) reassignments during the school year unless a reassignment is determined by the SCTG SET Coordinator or other designee to be in the SCTG best interest.

20 | P a g e

S t ri ct Ad he r ence t o Ro u t e s : Drivers shall strictly adhere to the driver’s specific route and schedule and shall not alter his/her route for any personal reason. He/she is prohibited from stopping along his/her route for any personal reason(s), including but not limited to making a stop at a convenience store, bank, or deli.

T r a i n i n g : The Contractor will conduct, on an annual basis and whenever a person is hired as a new driver, driver orientation sessions. The driver orientation shall include, but not be limited to: commercial driver’s license requirements and test preparation; drug-free workplace requirements; pre-trip and post-trip equipment and safety inspections; defensive driving; loading and unloading procedures (including wheelchairs); railroad crossing safety procedures; backing maneuvers; emergency procedures; special equipment instruction (including car seat training); evacuation procedures; seasonal weather conditions; student management; disability awareness and sensitivity; dealing with parents/guardians of handicapped students; relationships with school personnel and the general public; student discipline; and other pertinent information.

E v a l ua t io n s : Drivers shall be evaluated by the Contractor at least once each semester for the purpose of observing their driving practices with respect to: safety; mechanical operation; conformance with laws, policies and regulations; adherence to established routes and schedules; handling of students; and other factors inherent in the transportation of special education pupils. Copies of the evaluations shall be maintained by the Contractor during the term of the driver’s employment by the Contractor, plus one (1) year thereafter and shall be sent to the SCTG within five (5) business days of the request. All drivers assigned to perform services under the contract shall maintain a minimum evaluation rating of satisfactory in all evaluation categories. In the event of an “at fault” accident, the driver shall be re-evaluated and retrained.

RIDING AIDE/ASSISTANT

The SCTG has the sole authority and right to place an aide/assistant with the student when SCTG deems it necessary, including when on a Contractor’s bus/vehicle.

DRIVER ASSIGNMENTS

The SCTG shall have the right of approval for any driver assigned to any route or service under the contract and may at the SCTG sole discretion; require the removal or reassignment of any driver from service under the contract.

ELECTRONIC DATABASE RE STUDENTS

The Contractor is required to supply and maintain a computerized database, accessible by the SCTG, which contains all pertinent information for each student served. The preferred Contractor database is one that is able to seamlessly integrate with and electronically share/receive information with the SCTG’s own information system which currently is the Special Education Information System (SEIS).

SHARING OF INFORMATION

The SCTG will provide the Contractor with pertinent IEP information as necessary for the performance of the Contract. The Contractor agrees that it will use an IEP Behavior Plan and other educational information only for this purpose and acknowledges that it is prohibited by law from sharing this information. The Contractor further understands and agrees that pursuant to the Contract it provides a service to the SCTG that would otherwise be provide by SCTG, and therefore the Contractor has legitimate educational interests in any student information which it receives, uses, maintains or to which it has access. The Contractor further agrees that it is under the direct control of the Group with respect to the use and maintenance of information from student educational records.

The Contractor and its agents, personnel, employees, and/or subcontractors shall maintain the confidentiality of all information received in the course of performing the services pursuant to the Contract. The Contractor and its agents, personnel, employees, and/or subcontractors shall maintain records in accordance with all applicable federal and state laws and regulations and agree that records relating to individual pupils provided by the SCTG are subject to the Family Educational Rights and Privacy Act (“FERPA”). Such records shall be confidential to the extent required by FERPA, 20 U.S.C. § 1232g; 34 C.F.R. Part 99; and California Education Code §§ 49060, et seq.; and

21 | P a g e

other state and federal law. Each party to the Contract will provide satisfactory assurances to the other party that confidential education information will be appropriately safeguarded through the execution of the Contract. This requirement to maintain confidentiality shall extend beyond the termination of the Contract. The Contractor and its agents, personnel, employees, and/or subcontractors will be permitted access to student data only where permissible under state and federal law.

ELECTRONIC ROUTING SYSTEM, ROUTING AND SCHEDULING

The Contractor shall have and use a fully functional electronic routing system with respect to the routing of buses and students. This electronic routing system must be made accessible to the SCTG at any time upon request.

The Contractor shall establish all routes, schedules, and bus stops for students, in compliance with all schedules and other requirements of the contract. Up-to-date route sheets and information, retained in the aforementioned electronic routing system, that include, at a minimum, full driver names, full student names, bus/vehicle numbers, route names/numbers, and pick up and drop off sites and addresses, shall be available to the Group at any time upon request. The same route sheets and information must also be made available to the Group in hard copy format within two (2) business days of the SCTG request.

Students are to be transported directly to their schools from their places of residence (or pre- designated boarding point, if different). Pupils are to be delivered to school not more than fifteen (15) minutes, or less than five (5) minutes, prior to class starting time, nor are they to be kept waiting more than ten (10) minutes after dismissal time.

Chan g e s in E s t a blis he d R o u t e s

• The Contractor must inform the SCTG in writing, within two (2) business days, of any changes to established routes. This includes, but is not limited to, informing the SCTG of any instances where the Contractor determines that a student is not in need of transportation services on one or more routes.

• The Contractor shall implement the SCTG addition, suspension or deletion of transportation service(s) for a student within five (5) business days of the SCTG transmittal of the route change to the Contractor.

COMMUNICATIONS WITH PARENTS/GUARDIANS

In i t i al Sche d u le : No later than one (1) week before the beginning of the school year, the Contractor shall notify (by telephone and written confirmation) the parent(s) or guardian(s) of each student of the time and location of pick-up and drop-off for the beginning of the school year, allowing no more than a ten (10) minute window for pick-up and drop-off.

Ro u t e Chan g e s : The Contractor shall notify (by telephone and written confirmation) the parent(s) or guardian(s) of a student no later than one (1) week before any alteration of transportation services for said student, including but not limited to drop off or pick up time(s) or location(s) for the student.

S t u d en t D is c ipli ne / E x c l u sion : The Contractor shall immediately notify (by telephone and written confirmation) the parent(s) or guardian(s) as well as the appropriate SCTG member of a student who the Contractor will no longer transport due to that student’s past conduct and who presents a potential danger to any other person(s) on the vehicle.

22 | P a g e

FIELD TRIPS AND OTHER SCHOOL SPONSORED ACTIVITIES

The Contractor will provide the SCTG SET services for field trips as the SCTG may authorize. The Contractor shall describe in its response to this RFP its cancellation policy regarding field trips, including any cancellation penalties when trips are canceled by the Group.

ADMINISTRATION AND SUPERVISION OF SET SERVICES

The Contractor shall maintain staff as required for effective management and supervision of the SET services provided to the SCTG. In addition to such other personnel as may be required to administer the contract for student transportation, the Contractor shall designate a liaison and crisis management contact person for emergency contact

with the Group. By July 1st of each calendar year, the Contractor shall inform the SCTG of the name(s), contact telephone number(s), and address(es) of such management personnel.

INSURANCE REQUIREMENTS

Unless specifically waived by the SCTG, the following insurance is required of the Contractor:

INSURANCE CONTRACTOR shall maintain insurance as set forth below during the Agreement period and shall furnish c e r t i f i c a t e s o f insurance for each policy f o r liability coverage and for Workers' Compensation c o v e r a g e . CONTRACTOR shall furnish new Certificates of Insurance for each policy for liability coverage and for Workers' Compensation coverage within f i f t een days following t h e placement o f new or renewed coverage. Said certificates shall name the South County Transportation Group and each of SCTG member districts as "additional insureds" and provide that in the event of cancellation or a change in the coverage that SCTG and its member districts be notified in writing at least 30 days in advance of such action. Such insurance s h a l l be in a form a n d with companies acceptable to SCTG.

Public liability insurance shall be maintained to protect CONTRACTOR and each and every Additional Insured against claims from damages for personal injury or death, and from damage to property, which may arise from operations of CONTRACTOR under this Agreement. Such insurance shall have:

General Aggregate: $5,000,000.00Each Occurrence: $5,000,000.00 Auto Liability:

Combined Single Limits: $5,000,000.00Excess Liability (Umbrella form):

Aggregate: $10,000,000.00Each Occurrence: $10,000,000.00

Insurance shall provide coverage for passengers from the time that they are delivered into custody of CONTRACTOR or the custody of CONTRACTOR'S employees, when being picked up at home or school, or other designated locations, until CONTRACTOR or CONTRACTOR'S employees release them to the school or designated location. Evidence of above insurance and of Worker's Compensation Insurance, with a limit of not l e s s than $1,000,000.00 each accident wi l l b e furnished to SCTG.

CONTRACTOR shall not commence work under this Agreement until he has obtained at his own expense all of the insurance required under this section, and until such insurance has been approved by SCTG. Approval of the insurance by SCTG shall not relieve or decrease the liability of CONTRACTOR hereunder.

In subsequent years, CONTRACTOR shall require the insurance company to furnish certificates of insurance to SCTG and its member districts in a form and with companies acceptable to SCTG. Said certificates shall name the South County Transportation Group and each of SCTG member districts as "additional insureds" and provide that in the event of cancellation or a change in the coverage that SCTG and its member districts be notified in writing at least 30 days in advance of such action

23 | P a g e

LIQUIDATED DAMAGES

If the Contractor fails to provide transportation to students as specified in the Contract, it shall be liable to the SCTG for all losses and damages therefrom; and because from the nature of the services to be provided under the Contract, it is and will be impracticable and extremely difficult to ascertain and fix the SCTG actual damages from any such failure of performance, it is agreed that the Contractor will pay as liquidated damages to the Group:

A. One hundred dollars ($100.00) per Contractor-operated vehicle that is dispatched without the proper equipment (e.g., seat belts, harnesses) and/or functioning two-way radio and/or functioning video camera or GPS.

B. Two hundred dollars ($200.00) per student per day who is not routed and transported by the sixth business day of a Group’s request to the Contractor for route addition or change.

C. Two hundred dollars ($200.00) per student per day not transported.D. Two hundred dollars ($200.00) per student per day who is dropped off at school or at a school-related site more

than fifteen minutes OR less than five (5) minutes before classes or school-related activities begin.E. Two hundred dollars ($200.00) per student per day who is picked up at school or at a school-related site more

than ten (10) minutes after classes or school-related activities are dismissed.F. Three hundred dollars ($300.00) per student per day who is (a) on route on a trip in excess of sixty (60) minutes

one way or (b) on route on a trip in excess of the time limits set forth in the student’s IEP, if applicable.G. One thousand dollars ($1,000.00) per day for overall unsatisfactory service.

If the same be not paid, the SCTG may, in addition to its other remedies, deduct the same from any moneys due or to become due the Contractor under the Contract. The SCTG has the expressed right to seek and obtain “actual damages” in addition to Liquidated Damages.

The provisions of this paragraph do not apply, as defined in Liquidated Damages, when delays are caused by conditions beyond the control of the Contractor, as described in the Force Majeure section.

FORCE MAJEURE

Contractor shall be excused from performance hereunder during the time and to the extent that it is prevented from performing in the customary manner by an act of God, fire, flood, war, riot, civil disturbance, terrorism, epidemic, fuel embargo by the Government, or any other occurrence which is beyond the control of the Contractor, when satisfactory evidence thereof is presented to the SCTG.

ADJUSTMENT OF RATES

Compensation for all services provided under the terms of the contract will be adjusted in Year Two (2) and annually thereafter by the same percent of increase/decrease in the San Francisco Bay Area Urban Wage Earners and Clerical Workers Consumers Price Index for the period of June 1 to May 31 not to exceed three and one-half percent (3.5%) nor less than a minimum of two percent (2%) for the duration of the contract.

INVOICING

Invoices furnished by the Contractor under the Contract must be in a form acceptable to the SCTG. All amounts paid by the SCTG shall be subject to audit by the SCTG or its designee. Invoices shall include, but not be limited to: Contractor name, Contractor address, invoice date, invoice number, purchase order number, name of school or department service was provided to, period of service, name of the person performing the service, date service was rendered, brief description of services provided, number of hours of service, hourly rate, and total payment requested. All invoicing will be provided within thirty (30) days of the provided service.ADDITIONAL GROUP RIGHTS & RESPONSIBILITIES

The SCTG shall designate a liaison and crisis management contact person for emergency contact with the Contractor. By July 1st of each calendar year, the SCTG shall inform the Contractor of the name(s), contact telephone number(s), and address(es) of such personnel.

24 | P a g e

The SCTG shall provide the Contractor with all information relevant for scheduling and providing a student’s SET needs (e.g., name of each student; birth date; day telephone number(s); pick-up and drop-off addresses; the school/program to which a student is assigned; the start and end times for the student’s school/program; an indication of whether or not the student requires special handling and/or equipment as specified in the IEP; and emergency information).

The SCTG shall pay for the Contractor’s SET services provided if the Contractor complies with all terms, covenants, and conditions of the contract. The SCTG shall issue payment for the Contractor’s SET services provided within forty-five (45) days of receipt of the Contractor’s invoice(s).

The SCTG shall have the right to audit (for performance, mileage and routing) any or all routes and may require changes in routing and scheduling if, in its opinion, such changes would result in increased bus and seat utilization or better service to pupils or schools. In addition, the written approval of the SCTG is required for the addition of any buses to the contract or to any bus modification, which will result in any increase in overall charges to the SCTG.

The SCTG, may, at its sole discretion, elect to provide all, or part, of the routing and scheduling services required under the contract.

The SCTG, at its sole discretion, may elect to award all or part of the SET contract. The SCTG may, at its sole discretion, adjust or modify all or part of the SET contract.

25 | P a g e

ATTACHMENT A

PROPOSAL QUESTIONNAIRE

SOUTH COUNTY TRANSPORTATION GROUPHOST: FREMONT UNIFIED SCHOOL DISTRICT

4210 TECHNOLOGY AVE.FREMONT, CA 94538

The Proposal Questionnaire is integral to this Request for Proposal. The responses provided herein will be used to evaluate contractor qualifications to perform the required pupil transportation services. The Proposal Questionnaire must be filled out accurately and completely. It is to be submitted with the other parts of your proposal. Any errors, omissions or misrepresentations of the information may be considered basis for rejecting the proposal and may be grounds for the cancellation of any agreement executed as a result of the Request for Quotation.

Where adequate space is not provided for an answer, or where your answer will not fit into the space provided, please attach additional sheets marked with the question they address (for example I.C.5).

When completed, this Proposal Questionnaire and the responses contained within it or attached to it shall be considered to be a part of the Agreement for furnishing Pupil Transportation Services. If you expect your firm’s policies or practices to change from those it currently uses if your firm is awarded this contract, you must make explicit the policies and practices your firm will follow during the term of this Agreement in providing pupil transportation services to the SCTG.

26 | P a g e

I. DESCRIPTION OF CONTRACTOR’S ORGANIZATION

A. FIRM

Firm Name:

Address:

Telephone:

B. TYPE OF ORGANIZATION

Corporation (List officers and positions):

State in which incorporated:

Subsidiary (Give name and address of parent corporation):

Is your firm or the parent firm publicly held?

Yes No

If not, what private individual or families own more than 20% of your firm, or who is the general partner, or who is the sole proprietor.

C. NATURE OF OPERATIONS

1. Is your firm currently engaged in providing home-to-school pupil transportation services under a contract with a school district, non-public school or County Superintendent of Schools?

Yes No Number of years ______

Number of school district contracts in California ______

Number of school district contracts outside of California ______

2. List all transportation permits (City and State) under which you currently operate.

3. In the past, have you ever contracted to provide transportation services for any school district, non-public school or County Superintendent of Schools in the State of California?

Yes No

4. Are you currently, or have you ever provided transportation services in California for special education pupils?

Yes No Number of years _______

5. For every Local Education Agency (LEA) or non-public school in California to which your firm currently provides, or has provided, pupil transportation under contract within the last five years, please provide the name and location of the LEA or non-public school, and the name and phone number of an authoritative contact person. Also, please provide the:

a. Name of your firm’s current or last terminal manager at the location, and the manager’s length of service at that location;

27 | P a g e

b. Types of transportation services your firm provides under the Contract; (regular home-to-school, special education, desegregation, other);

c. Number of buses involved;

d. When the contract term began and when it is scheduled to terminate; and,

e. If employees are covered under a collective bargaining agreement, provide the:

1. Name of labor organization.2. Name of president/business manager and their phone number.3. Copy of the Collective Bargaining Agreement currently in effect.

II. MANAGEMENT AT THE TERMINAL

A. It is the SCTG position that the individuals holding the Terminal Manager, Operations Supervisor, Safety and Training Coordinator, and Maintenance Supervisor positions, whether these positions are held by one or by several persons, are critical to the provision of consistently high quality pupil transportation services. While the SCTG understands that you may not be able to name the specific individuals your firm will assign to these management positions at the operation, the SCTG requests that for each position, list no more than three candidates who may be assigned to the SCTG operation. If your firm is awarded this contract, you may assign any of the three persons you have proposed for each position to actually take that position under this contract, unless the SCTG has specifically rejected one or more of your proposed candidates. If your firm is awarded this contract, you may substitute individuals not named in this proposal with the written permission of the SCTG. In any case, you must submit at least two sample résumés of candidates or current managers employed by your firm in each of these positions, so as to provide the SCTG with an understanding of the qualities your management staff members possess.

For every individual you propose as a potential management staff member to be assigned to the SCTG operation, please provide the following information on a separate page:

1. Name and proposed title of the person who may be selected to fill terminal management positions.

2. Tenure with your firm in years.

3. Experience in related positions within your firm or with other firms in years.

4. Current and two most recent previous positions, including the location (County/District) of the position, the position’s title, a description of responsibilities and authority including number of buses and/or drivers, and the dates between which the position was held.

B. On a separate page, please provide a job description for each terminal management position you propose to assign to this contract.

C. On a separate page, please provide an organization chart of your firm as it would relate to the SCTG terminal (It should provide the number of layers in your firm and the lines of accountability):

D. Provide the name(s) of those persons within your firm who would have immediate authority over the General Manager you propose in item A above, and those who advise terminal management in the areas of: 1) Operations; 2) Training and Personnel; 3) Safety; and, 4) Maintenance. Please provide the following information for each of these persons:

1. Name.

28 | P a g e

2. Location of staff member’s office.

3. Tenure with your firm in years.

4. Experience in related position within your firm or with other firms in years.

5. Current and most recent previous position, including the location of the position, the position’s title, a description of responsibilities and authority and the dates between which the position was held.

E. Provide an explanation of the training given to your terminal managers:

1. Number of hours.

2. What type of training? (List components covered)

F. Does your company have a terminal manager trainee program? If so, how many trainees are presently in the program? Explain in detail.

Yes No

III. OFFICE PERSONNEL

A. It is the SCTG’s position that the individual holding the position of Dispatcher, whether or not this position is held by one or several persons, is critical to the provision of consistently high quality pupil transportation services. Provide a delineation of duties for the for the Dispatcher position.

B. It is the SCTG’s position that the critical daily working hours for this position are from 6:00 a.m. to 10:00 a.m. Our expectation is that a person will be assigned as back up to the primary Dispatcher during these hours. Provide a delineation of duties for the backup to the primary Dispatcher.

IV. BUS DRIVER PERSONNEL

A. State the number of bus drivers you now have employed in California:

Regular Education: _____ Special Education _____ Other: _____

In all other states:

Regular Education: _____ Special Education _____ Other: _____

B. How and from where does your firm recruit drivers?

29 | P a g e

C. What methods do you use in recruiting and applicant screening and how do you gather it?

1. What information do you use and how do you gather it?

2. What criteria or standards do you use and for what reasons might you reject an applicant?

3. Do you require all terminal employees to be drug tested?

If yes, describe the criteria and frequency of such testing.

4. How do you conduct background checks on drivers?

5. Do you conduct such checks at both the time of hire and periodically during employment, such as every three years?

6. How do you inform the District of any crimes committed by drivers?

D. Do you check driver applicant references?

Yes No

E. Do you require your drivers to be fingerprinted as a condition of employment?

Yes No

F. Do you use any objective qualification and driver testing procedures? If so, briefly describe the procedures or provide samples of your testing material.

G. What percentage of driver applicants eventually begin your training programs?

_____%

H. What percentage of your driver applicants are hired directly as certified school bus drivers?

_____%

I. Are Department of Motor Vehicles driving records of all your applicant drivers evaluated during the selection process?

Yes No

J. What is the annual turnover among drivers employed by your firm for 2014-15, 2013-14, and 2012-13?

K. Do you have driver training programs as a part of your current operational procedures?

Yes No

Original (for persons with no school bus driving experience):

Yes No

L. Describe your current or proposed training program for new driver applicants who have no experience driving school buses. Describe the program components and content of your training program. (If available, provide the outline or course of study and who conducts the driver training session.)

30 | P a g e

1. How long is the program?

2. Number of hours in the classroom?

3. Number of hours behind the wheel?

4. Describe the components of the program and the number of hours devoted to each component.

5. Are driver applicants paid while they receive training?

Yes No

6. Do you evaluate applicants immediately before they are tested for certification?

Yes No

7. What proportion of new driver applicants entering your program gain certification as a School Bus Driver within a specified period after entering the program?

_____% within ___________ period.

M. Describe your in-service driver training and retraining program, including the field supervision components in this program on the content of training. (If available, provide the outline or course of study.)

1. How frequently do you offer in-service training sessions?

2. Are any independent reviews of training quality conducted on your training programs?

Yes No

If so, describe the most recent reviews:

3. How do you identify those drivers for whom retraining will be required?

N. If you currently have a driver training program, does the program include a section on transportation service for special education pupils? (If available, provide the outline our course of study.)

Yes No

O. Describe your current or proposed driver motivation and discipline programs. Explain how the programs take into account safety, absences, tardiness, on time route performance, tenure on the job, and complaints (those which can be verified and are deemed serious).

1. Do your motivation and discipline programs offer progressive rewards and penalties?

Yes No

2. Can drivers participate in defining and developing standards, rewards and penalties?

Yes No

3. What monetary rewards and penalties are offered?

4. What non-monetary rewards and penalties are offered?

31 | P a g e

P. Describe the wage and benefit plan you would expect to implement for this contract, including:

Explanation of fringe benefits other than those required by law.

Life insurance (Amount, cost, etc.) Retirement Plan (eligibility, benefit formula, employee cost, employer contributions, etc.) Medical/Hospitalization Plan (maximum benefit, annual deductible, co-insurance amount, stop-

loss amount, employee cost, employer contribution, etc.) Dental Plan (coverage, cost, etc.) Sick Leave provision Holidays (paid) Vacation (paid) Unemployment Compensation Profit Sharing Plan Uniform policy Dress Code Seniority

V. SAFETY PROGRAM AND ACTIVITIES

A. If you have an established, continuing safety program, describe the operation, contents and requirements of the program, including the number of hours per year required per employee.

B. How often are safety meetings held?

C. Describe any established safety organization activities in which your organization or its key personnel participate.

D. Provide a description of how you define school bus accidents.

E. What have been the chargeable school bus accident rates for school buses operated by your firm in each of the three most recent academic years?

VI. PREVENTIVE MAINTENANCE AND MECHANICAL REPAIR

A. Describe the formal, scheduled preventative maintenance program for all vehicle fleets managed by your firm.

B. Provide samples of any checklists utilized for each type of preventative maintenance program and describe your methods of ensuring that each vehicle actually receives preventative maintenance within the scheduled interval.

32 | P a g e

C. Do you require any daily regular written reports from your drivers on the condition of their vehicles?

Yes No

If so, briefly describe and provide a sample of these reports (including your daily bus checkout report form) and note their frequency.

D. Do you use any other methods of identifying defects in buses? (If so, provide a description.)

Yes No

E. Describe how your firm ensures that serious safety related or potential vehicle damaging defects are identified in a vehicle and that the vehicle is immediately removed from service until such defects are corrected.

Describe how your firm ensures that identified defects are generally corrected in a logical order and within a reasonable time.

F. Does your firm maintain and evaluate records of road failures?

Yes No

If so, how many road failures, per month, per hundred buses, do the buses your firm maintained experience, on average, during the past year?

G. For what average percentage of time were the buses that you maintained out of service for part or all of each day for inspection, maintenance, repair, or other reasons during the past year?

_______%

H. Do you have a manpower or mechanic allotment schedule? (Number of buses per mechanic, etc.) Briefly describe this schedule.

Yes No

I. Describe the qualification and experience requirements for your maintenance personnel.

J. Provide a listing of school buses proposed for use in this contract. Identify vehicles by age, manufacturer, model and school bus specification, and passenger type and capacity.

VII. INSURANCE DATA

1 Furnish to the SCTG your accident loss ratio and workers’ compensation loss ratio for the past five (5) years.

2. Furnish data on the number of lawsuits filed, settlements, judgments and jury awards for the past five (5) years.

33 | P a g e

VIII. FINANCIAL AND CREDIT DATA

Submit credit references, including at least five trade or industry suppliers with whom you regularly transact business, including bank references.

IX. TRANSITION PLAN

Provide a plan and schedule for implementing the Agreement for furnishing Pupil Transportation Services should your firm be selected as the successful bidder. Your schedule and plan should address:

1. Acquisition of bus fleet associated with the SCTG,

2. Acquisition of additional school buses, facility, and equipment, if necessary,

3. Recruitment/relocation, if necessary, of management and supervisory personnel, and

4. Recruitment, training, and hiring of drivers and mechanics; and employee orientation, especially to SCTG routes, schedules and other contract requirements.

X. COMMITMENT TO ALTERNATIVE-FUEL SCHOOL BUSES AND EMISSION CONTROL

The SCTG strongly encourages the Bidder’s full support in protecting vulnerable populations, particularly California’s school children, from the harmful effects of air pollution. Accordingly, the SCTG evaluation of the Bid Proposal Package will include a criterion of “Commitment to Alternative-Fueled School Buses.” Provide evidence of this criterion, if any, in accordance with the following principles:

1. Evidence of or a plan for the use of alternative-fueled school buses for certain fleets of 15 or more school buses, when government funding for the incremental cost is available;

2. Evidence of an application, or a plan to apply, for government funding to retrofit, repower or replace pre-1987 model year buses, as applicable, and encourages Bidders to pursue State funding to upgrade aging school bus fleets;

3. Evidence of or a plan for incorporation of the latest technological developments available to protect California school children from the harmful effects of air pollution;

4. Evidence of or a plan to focus on replacing buses manufactured prior to 1977, as they do not meet federal motor vehicle safety standards and were not subject to oxides of nitrogen (NOx) and particulate emission control. Evidence of or a plan for a reduction of emissions from the public school bus fleets by replacing the 1977-86 model year school buses and by retrofitting middle-aged diesel school buses through the local Bay Area Air Quality Management District’s Lower Emission School Bus Program;

5. Evidence of or a plan for seeking government funds through the local Bay Area Air Quality Management District’s Lower Emission School Bus Program to accelerate the replacement and retrofit of SCTG school buses, thus reducing school children’s exposure to toxic particulate matter (PM) emissions.

34 | P a g e

XI. OTHER RELEVANT INFORMATION

1. Explain and list the type of reports your terminal manager will provide to the SCTG members. (State reports; in-house reports; etc.)

2. Explain training that is given to the local office staff (i.e., telephone skills, stress management, etc.)

3. Provide an explanation or description of the evaluation procedure your firm uses to measure customer satisfaction.

CERTIFICATION

I, the undersigned, hereby certify that I am a representative of the below named firm, and am duly authorized to execute contracts on behalf of the firm. I further hereby certify that all of the information presented in response to the questions contained in this Proposal Questionnaire is complete and accurate to the best of my knowledge. I understand that if the SCTG awards an Agreement for Special Needs Pupil Transportation Services to my firm that the information and commitments made within this Proposal Questionnaire will become an integral part of the Agreement between the SCTG and my firm.

Name of Firm

(Authorized agent)

Title

Date

35 | P a g e

ATTACHMENT B

TRANSPORTATION DATA

SOUTH COUNTY TRANSPORTATION GROUPHOST: FREMONT UNIFIED SCHOOL DISTRICT

4210 TECHNOLOGY AVE.FREMONT, CA 94538

TRANSPORTATION DATA

A. South County Transportation Group Program Data

The Group is responsible for providing special education transportation services to students.

Disabling conditions of the pupils to be transported will include, but are not limited to Multiply Handicapped and Severely Multiply Handicapped (SMH); Limited Intelligence Functioning (LIF); Orthopedically Handicapped (OH); Disorder of Language and Severe Disorder of Language (SDL); Behavior Disorder and Severe Behavior Disorder (SBD); Emotionally Disturbed and Severely Emotionally Disturbed (SED); Hearing Impaired (HI) and Visually Impaired (VI).

Transportation services to be provided by the Group include transportation to programs and classes operated within the County of Alameda and outside the County of Alameda.

B. The 2015-2016 School Bell Schedules will be distributed at or before the October 27, 2015 mandatory pre-bid conference. These may change, and changes will be provided the Bidder awarded the contract immediately upon receipt of said changes.

36 | P a g e

ATTACHMENT C

Proposal Form Price Schedule(COST PROPOSAL)

SOUTH COUNTY TRANSPORTATION GROUPHOST: FREMONT UNIFIED SCHOOL DISTRICT

4210 TECHNOLOGY AVE.FREMONT, CA 94538

37 | P a g e

COST PROPOSAL

In consideration of the performance to the terms of the RFP, the bidder/contractor shall provide the following sums in this Cost Proposal for student transportation services for the 2016-17 school year.

SOUTH COUNTY TRANSPORTATION GROUP PROGRAM

(1) For Daily Home-to-School Special Education Transportation Service:

Category One-Way Trip Rate Round Trip RateAmbulatory $ $ Non-Ambulatory $ $

(2) Therapy trips, during or outside of regular school hours:

Rate per pupil per day, ambulatory: $ Rate per pupil per day, non-ambulatory: $

(3) For “Other” Transportation, as required (i.e. fieldtrips):

Category Cost per hour of services Cost per mile of serviceAmbulatory $ $ Non-Ambulatory $ $

38 | P a g e

ATTACHMENT D

ADDENDA

SOUTH COUNTY TRANSPORTATION GROUPHOST: FREMONT UNIFIED SCHOOL DISTRICT

4210 TECHNOLOGY AVE.FREMONT, CA 94538

The undersigned acknowledges receipt of the following Addenda and the cost, if any, of such revisions has been included in the Lump Sum Grand Total of your proposal.

Addenda Number 1 Dated November 17, 2015

Addenda Number 2 Dated December 1, 2015

Addenda Number Dated

Name of Proposer

39 | P a g e

ATTACHMENT E

NON-COLLUSION DECLARATION

State of California )

) ss.County Of Alameda )I, __________________________, being duly sworn, declare that I am ____________________________ of __________________________________ the party making the foregoing proposal that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any other Bidder or anyone else to put in a sham proposal, or that anyone shall refrain from proposing; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the proposal price, or of that of any other Bidder, or to secure any advantage against the public body awarding the contract or anyone interested in the proposed contract; that all statements contained in the proposal are true; and further, that the Bidder has not, directly or indirectly, submitted his or her proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham proposal.

I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.

Dated this day of 2015 at California.

Signature

40 | P a g e