Request for Proposal. 2. CSUSA reserves the right to reject any or all proposals.



Similar documents
HAMILTON COUNTY SCHOOL DISTRICT

Stephenson County, Illinois

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

INLAND VALLEY DEVELOPMENT AGENCY REQUEST FOR PROPOSALS (RFP) FOR PAYROLL SERVICES

FLORIDA KEYS AQUEDUCT AUTHORITY 1100 Kennedy Dr. Key West, FL REQUEST FOR QUALIFICATIONS (RFQ) FOR

UNION COLLEGE MOTOR VEHICLE POLICY

House Substitute for SENATE BILL No. 117

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTORS AGREEMENT

5. Preparation of the State and Federal Single Audit Reports.

NOTICE TO BIDDERS Request for Proposals Legal Notice Advertisement: publish two(2) times:

AT: 1. Norridge Village Hall N. Olcott Ave. and 2. Norridge Police Department N. Olcott Ave.

REQUEST FOR PROPOSAL GROUP HEALTH, DENTAL, & VISION INSURANCE BENEFITS

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

RE: REQUEST FOR PROPOSAL RFP FLEET MANAGEMENT CONSULTING SERVICES

Invitation for Bid. For. Bank Courier Services

ORDINANCE NO. AN ORDINANCE AMENDING CITY CODE CHAPTER 13-2 RELATING TO TRANSPORTATION NETWORK COMPANIES (TNCs)

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

How To Insure Construction Contracts In Northern California Schools Insurance Group

ADDENDUM NO. 1 TO RFP : Locum Tenens Referrals

Town of Maiden. Request for Proposals For Sign Replacement Project

NORTH COUNTY TRANSIT DISTRICT

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

EXHIBIT D INSURANCE REQUIREMENTS

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

SOUTH FLORIDA INTERNATIONAL CHARTER SCHOOL

Attachment A: Terms and Conditions RFx Bid Opening: 07/06/2016

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

UM Insurance Language Guide Standard Clauses and Insurance Language

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

COC-Insurance Requirements Page 1 of 9

Sixty-fourth Legislative Assembly of North Dakota In Regular Session Commencing Tuesday, January 6, 2015

REQUEST FOR PROPOSALS

CITY OF BONITA SPRINGS, FLORIDA RFP #

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

RFP Request for Proposal Drain and Sewer Line Maintenance Services

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

A. Commercial and General Liability Insurance

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

Request for Proposals for Upgraded or Replacement Phone System

REQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT

Schedule Q (Revised 1/5/15)

OSBIE s Best Practices Program for School Board Transportation Consortiums

Mansfield Independent School District Business Procedures Manual Section 7 Risk Management

REQUEST FOR PROPOSAL. RPMS EHR Lab Consultant Project NISQUALLY INDIAN TRIBE

REQUEST FOR PROPOSAL RFP GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

CONFERENCE COMMITTEE REPORT BRIEF HOUSE SUBSTITUTE FOR SENATE BILL NO. 117

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford

Attachment A Terms and Conditions

THE OKLAHOMA PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR REAL ESTATE PROPERTY MANAGEMENT SERVICES #

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION

Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval

Insurance Requirements Professional Services

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 TESORO DRIVE SAN ANTONIO, TEXAS 78217

A Vendor s Guide to Purchasing Policies and Procedures

APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE

Girl Scouts of Northern New Jersey Volunteer Leadership Policies

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

! CONDOMINIUM ASSOCIATION, INC APPLICATION FOR RESIDENCY


Minimum Insurance Requirements for Construction, Non- Construction, Consultants and Professional Design Contracts

Yuba County Administrative Policy & Procedures Manual

EMPLOYMENT OPPORTUNITY

Invitation to Bid for Medical Assistance Transportation BID # Non Emergency Ambulance Transportation

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

IEP REQUIRED MUSIC & ART THERAPY FOR STAMFORD PUBLIC SCHOOLS

Prefiled pursuant to Article III, Section 2(A)(4)(b)(i) of the Constitution of Louisiana.

Insurance & Bonding Requirements. Eastside Trail Extension

REQUEST FOR PROPOSAL THIRD PARTY ADMINISTRATOR FOR TAX SHELTERED ANNUITIES

Request for Proposal Hewlett Packard Network Switches and Peripherals

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

Transcription:

Request for Proposal This Request for Proposal (RFP) is for the purpose of obtaining competitive proposals to provide Transportation Services for Charter Schools USA (CSUSA) schools (see Attachment B). The goal of CSUSA s transportation service program is to provide transportation to all eligible students in a safe and effective manner. * General Information: Date Issued: Tuesday, May 26, 2015 Services Requested: Transportation School(s) Requesting Bids: See Attachment B Contract Terms: One (1) Year- w/ possible contract extension based on mutual agreement Proposal Opening Date: May 26, 2015 Proposal Closing Date: June 9, 2016 at 5:00pm EST Return Instructions: Hand deliver or mail via certified delivery and email to: Charter Schools USA 800 Corporate Drive, Suite 124 Fort Lauderdale, FL 33334 Attn: Jennifer Gilreath Director of Procurement jgilreath@charterschoolsusa.com Contact: Questions regarding this RFP should be directed in writing to: Jennifer Gilreath Director of Procurement Charter Schools USA 800 Corporate Drive, Suite 124 Fort Lauderdale, FL 33334 jgilreath@charterschoolsusa.com *RFP Submission and Award 1. Proposals will be accepted until 5:00pm EST on Tuesday, June 9, 2014. Proposals shall be submitted as follows: a. (1) Electronic copy emailed to: jgilreath@charterschoolsusa.com b. (1) Hard copy in a sealed envelope marked Transportation Service Proposal 2. CSUSA reserves the right to reject any or all proposals. 3. Awards shall be made to the most qualified and responsible vendor whose proposal is the most responsive to this solicitation as judged by CSUSA. The chosen vendor will be the one whose experience, financial capabilities and resources demonstrate their ability to perform the services required. 1

4. It is the responsibility of the prospective vendor to fully inform themselves of the conditions, requirements and specifications before submitting a proposal. Failure to do so will be at the vendor s own risk. 5. Proposals shall include the following information: a. Brief overview of the company/company profile. b. Product Details (include type of equipment used, age of equipment, etc.). c. Pricing, based on specifications listed in Attachment B. Pricing must be provided on a cost per student per year basis. d. Process Detail (include all aspects from receiving transportation requests to delivery). e. Value Added Details, if any. f. Availability of a late bus for afterschool activities and/or athletics. g. Field trip/activity bus pricing and procedures. h. Three (3) current references. 6. If additional information is required, please contact Jennifer Gilreath, Director of Procurement for CSUSA in writing at: jgilreath@charterschoolsusa.com or by phone at (954) 202-3500 ext. 1234. Background Screenings. Upon engagement, Vendor shall cause its employees who will perform the services to undergo background screening by filing with the appropriate agency where the school is located, a complete set of fingerprints taken by an authorized law enforcement agency or an employee of the school or school district who is trained to take fingerprints. Vendor shall pay any and all costs to conduct background screenings for their employees. Vendor shall not begin provision of services until a satisfactory fingerprint processing and background screening has concluded. Should the fingerprint processing reveal that the Vendor and/or its employees who will perform the services have been convicted of a crime involving moral turpitude the Vendor shall not be engaged to provide services. 2

ATTACHMENT A Transportation Service Specifications Vendor will deliver complete service, in accordance with the specifications listed below and all normal standards of the industry. Furthermore, vendor will commence work, proceed diligently, and complete his scope of work in accordance with a schedule satisfactory to and in the sequence of completion as directed by the school and CSUSA. Vendor shall enforce strict discipline and good behavior among all service employees and shall take all steps necessary to assure that all employees are familiar with and abide by all safety and school regulations. All employees shall be uniformed and identifiable with company nametags at all times. Due to the critical importance of maintaining good customer relations, authorized individuals only shall perform all contracted services. Specifically, these individuals must be properly trained in customer service and/or experienced in their field. The school has an absolute right to prohibit anyone, with or without cause, from doing service work in or for the school. 1. Routing- a. Vendor shall receive student transportation requests from both the recommitted and new students from the school. i. The routing process shall begin no later than 30 days before the first day of school. ii. Vendor shall provide each school with a passenger manifest for each route, no later than two weeks prior to the start of school. iii. Vendor shall continue to accept requests, even while routing, to determine a wait list or to fill empty available seats. iv. The students on the waitlist are to be mapped out to determine which bus he/she would be on, when/if capacity allows. The vendor is responsible for maintaining this list and notifying the school when a seat is available; the school will notify the parents. b. Identify all bus routes and stops to ensure safety, accessibility and minimize ride times; all routes are to be submitted in writing to the school and CSUSA for approval and must meet the State standards for transportation. i. Vendor shall be responsible for sending an electronic export of route/stop to CSUSA for their SIS in a comma delimited or excel format. In addition, vendor shall ensure that CSUSA and the schools have access to the appropriate software/website in order to view stop/route information. 2. Estimated Volume- The table below provides the number of current riders and number of buses being used for the 2014-2015 school year. This information is provided as a guideline for bidders. CSUSA does not guarantee a minimum or maximum number of routes/day for the next school year (2015-2016). Total volume will depend on demand and eligibility. School Current Riders (2014-15) # of Buses (2014-15) Iberville Charter Academy ~50-75 1 S. Baton Rouge Charter Academy ~100-150 2 *The projected riders for 2015-2016 will be no greater than the estimated enrollment for 2015-2016 [see Attachment B]. 3

3. Equipmenta. Acquire approved equipment that meets all local, State and Federal guidelines, including inspection and maintenance of said equipment. b. Create and adhere to a rotation schedule of equipment that would result in having a relatively new fleet of buses that meet or exceed all safety requirements and possess a presentable appearance. c. Clearly identify the school name on the buses in a manner that is both presentable and easily read. d. Include in your pricing the cost of having cameras capable of recording at least a week s worth of activity on each bus. e. Provide enough buses to transport all eligible students at each school. If the need arises for an additional bus, vendor must obtain approval for the additional cost from CSUSA prior to implementation. 4. Daily Transportation Services- Vendor shall pick up all students listed on the approved rosters at the predetermined stops and routes at the approved and published times and locations. Vendor is required to ensure the orderly and safe transportation of students and shall report any problems to the school and CSUSA immediately via written referral. a. Drivers are required to take attendance everyday, both in the morning and afternoon runs. If a student does not ride the bus for five (5) consecutive school days, the vendor is required to notify the school. b. Vendor is required to report behavior problems to the school immediately via a written bus referral. The school administration, upon receipt of the written referral will take responsibility for discipline and will determine whether the student shall be allowed to remain on the bus. It will be the sole responsibility of the school to contact the parents. c. Vendor is responsible for adhering to the time schedule as requested by each school, arriving no later than 15 minutes before the start of the school day and leaving no later than 15 minutes after dismissal on designated school days. d. Vendor is responsible for ensuring that ride times do not exceed the maximum allowable time according to state and federal regulations/laws. 5. Drivers- Vendor shall ensure drivers meet or exceed the following: i. Is at least twenty-one (21) years of age for driving a school bus ii. Possess at least 5 years licensed driving experience iii. Holds a valid public passenger chauffeur's license or commercial driver's license issued by the state or any other state. iv. Successfully complete local school district driver training courses. v. Submit to a criminal background check vi. Submit to drug testing vii. Maintain a clean and safe driving record viii. Possesses the following required physical characteristics: 1. The full normal use of both hands, both arms, both feet, both legs, both eyes, and both ears. 2. Freedom from any communicable disease that: a. May be transmitted through airborne or droplet means; or b. Requires isolation of the infected person under 410 IAC 1-2.3. 3. Freedom from any mental, nervous, organic, or functional disease that might impair the person's ability to properly operate a school bus. 4

4. Visual acuity, with or without glasses, of at least 20/40 in each eye and a field of vision with one hundred fifty (150) degree minimum and with depth perception of at least eighty percent (80%). ix. The Vendor is responsible for ensuring that all drivers are fully trained and have full knowledge of their routes before transporting students. CSUSA and the School will not tolerate lateness or missed stops because of lack of training. 6. Insurance- Vendor shall be liable and will indemnify, defend and hold harmless the contracted school and CSUSA from all claims, suits, judgments or damages including court costs and attorney s fees arising from the operations and/or services performed by the vendor on behalf of the school and CSUSA. a. Commercial and General Liability Insurance: i. Minimum Limits: One Million Dollars ($1,000,000) per occurrence/two Million Dollars $2,000,000 aggregate Coverage should apply on the first dollar basis. b. Automobile Liability Insurance: As per above and to include owned, non-owned and hired automobiles, buses and other vehicles used in connection with this agreement. In the event the Transportation Company does not own any vehicles, we will accept hired and non-owned coverage in the amounts listed above. In addition we will require an affidavit signed by the Transportation Company indicating the following: i. The Transportation Company does not own any vehicles. In the event we acquire any vehicles throughout the term of this agreement, the Transportation Company agrees to provide proof of Owned Auto coverage effective the date of acquisition. c. Additional Insured: i. The Transportation Company shall include the Company, its members, officers, employees and agents as Additional Insured s on the required Liability Insurances. The certificate shall be clearly marked and the additional insured endorsement attached to the certificate. d. Workers Compensation/Employer s Liability: The Transportation Company shall provide, maintain and keep in force Workers Compensation and Employer s Liability Insurance that are covered in the latest edition of the Standard of Workers Compensation as is statutorily required per the state in which the Transportation Company is hired and/or operates. Should the Transportation not be statutorily required to obtain Workers Compensation/Employers Liability Insurance they must file for exempt status per their states requirements and show that certificate in lieu of a Workers Compensation Certificate of Insurance. e. Proof of insurance policy must be delivered to both the school and CSUSA. Proof of continued maintenance of such policy shall be provided upon request. 7. Penalties- The vendor will receive written notice of any failures to comply with the requirements stated above. If the same issue occurs a second time or more, within the same semester, the vendor will be subject to a penalty; the penalty will be in the form of a deduction equal to the total trip cost for the day. 5

ATTACHMENT B SCHOOL LISTING School Name Address Grade Levels Enrollment (2015-16) Budgeted Number of Buses Iberville Charter Academy 24360 Enterprise Blvd. Plaquemine, LA 70764 K-7 370 2 South Baton Rouge Charter Academy 9211 Parkway Dr. Baton Rouge, LA 70810 K-7 618 3 6