Review Agenda Item
Meeting Date: 6/23/2020 - 5:30 PM
Category: ITEMS OF BUSINESS
Type: Action
Subject: 13. Action on the Award of Professional Services Contracts Related to Transportation
Strategic Plan Compatibility Statement:
Goal 3
Effective and Efficient Operations
Policy: Admin Policy 3.09 - Purchasing and Bidding Requirements
Attachments Overview of Action on the Award of Professional Services Contracts: Proposed Contracts and Supporting Documents
File Attachment:
1. Action on the Award of Professional Services Contracts Related to Transportation.pdf
2. C027293 Dairyland Buses, Inc., Original Contract.pdf
3. C027293 Dairyland Buses, Inc. First Extension & Modification.pdf
4. C027293 Dairyland Buses, Inc., Second Extension & Modification.pdf
5. C027294 Durham School Services, LP, Original Contract.pdf
6. C027294 Durham School Services, LP First Extension & Modification.pdf
7. C027294 Durham School Services, LP, Second Extension & Modification.pdf
8. C027295 First Student, Inc., Original Contract.pdf
9. C027295 First Student, Inc. First Extension & Modification.pdf
10. C027295 First Student, Inc., Second Extension & Modification.pdf
11. C027301 Johnson School Bus Service, Inc., Original Contract.pdf
12. C027303 Lakeside Buses of Wisconsin, Inc. First Extension & Modification.pdf
13. C027301 Johnson School Bus Service, Inc., Second Extension & Modification.pdf
14. C027303 Lakeside Buses of Wisconsin, Inc., Original Contract.pdf
15. C027303 Lakeside Buses of Wisconsin, Inc. First Extension & Modification.pdf
16. C027303 Lakeside Buses of Wisconsin, Inc., Second Extension & Modification.pdf
17. C027305 Lamers Bus Lines, Inc., Original Contract.pdf
18. C027305 Lamers Bus Lines, Inc. First Extension & Modification.pdf
19. C027305 Lamers Bus Lines, Inc., Second Extension & Modification.pdf
20. C027309 North American Central School Bus Intermediate Company, LLC, Original Contract.pdf
21. C027309 North American Central School Bus Intermediate Company, LLC, First Extension & Modification.pdf
22. C027309 North American Central School Bus Intermediate Company, LLC, Second Extension & Modification.pdf
23. C027307 Riteway Bus Service, Inc. dba GO Riteway Transportation Group, Original Contract.pdf
24. C027307 Riteway Bus Service, Inc. dba GO Riteway Transportation Group, First Extension & Modification.pdf
25. C027307 Riteway Bus Service, Inc., Second Extension & Modification.pdf
26. C027308 Specialized Care Transport, Inc., Original Contract.pdf
27. C027308 Specialized Care Transport, Inc., First Extension & Modification.pdf
28. C027308 Specialized Care Transport, Inc., Second Extension & Modification.pdf
29. C028643 Dairyland Buses, Inc., Original Contract.pdf
30. C028643 Dairyland Buses, First Extension & Modification.pdf
31. C028644 First Student, Inc., Original Contract.pdf
32. C028644 First Student, Inc., First Extension & Modification.pdf
33. C028645 Lamers Bus Lines, Inc., OriginalContract.pdf
34. C028645 Lamers Bus Lines, Inc., First Extension & Modification.pdf
Background: Recommended for the Board's approval at this meeting are the following professional services contracts for transportation:

Dairyland Buses, Inc.($8,800,000), Durham School Services, LP ($7,100,000), First Student, Inc. ($4,900,000), Johnson School Bus Service, Inc. ($510,000), Lakeside Buses of Wisconsin, Inc. ($9,200,000), Lamers Bus Lines, Inc. ($5,600,000), North American Central School Bus Intermediate Holding Company, LLC ($4,500,000), Riteway Bus Service, Inc. ($10,700,000), and Specialized Care Transport, Inc. ($2,300,000), for regular school-day busing

Dairyland Buses, Inc. ($700,000), First Student, Inc. ($2,800,000), and Lamers Bus Lines ($1,500,000) for Busing Services for MPS Students (Orthopedically Impaired and Specialty Programs)
Fiscal Impact Statement: This item authorizes the following expenditures, by budget code, as indicated below and in the attachments:

Regular School-day Busing:
AST-0-0-TRS-DW-EPPT $350,600
HLT-0-0-TRS-DW-EPPT $971,786
KMT-0-0-TRS-DW-EPPT $62,000
MDK-0-0-TRS-DW-EPPT $317,120
PMO-0-0-TRS-DW-EPPT $147,400
RTS-0-0-TRS-DW-EPPT $30,282,000
RTS-0-0-TRS-DW-EVSPFPUB $488,134
RWT-0-0-TRS-DW-EPPT $16,601,820
SM1-0-0-TRS-DW-EPPT $2,932,000
SMT-0-0-TRS-DW-EPPT $404,600
TED-0-0-TRS-DW-EPPT $1,052,540

Orthopedically Impaired and Specialty Programs:
TPH-0-0-TRS-DW-EPPT $4,100,000
SM1-0-0-TRS-DW-EPPT $900,000
Implementation and Assessment Plan Upon approval by the Board, the contracts will begin as indicated in the attachments.
Recommendation: The Administration recommends that the Board authorize the professional services contracts as set forth in the attachments to this item.
Approvals:
Recommended By:
Signed By:
Leila Sadoughian - Procurement Coordinator
Signed By:
Adria D Maddaleni - Director
Signed By:
Regina Flores - Contract Compliance Supervisor II
Signed By:
Martha Kreitzman - Chief Financial Officer
Signed By:
Calvin Fermin - Deputy Superintendent
Signed By:
Keith Posley, Ed.D. - Superintendent