Review Agenda Item
Meeting Date: 3/21/2017 - 6:30 PM
Category: ITEMS OF BUSINESS
Type: Action
Subject: 10. Action on Request to Waive Administrative Policy 3.09(9)(e) and to Extend Contracts for Transportation Services
Strategic Plan Compatibility Statement:
Goal 3
Effective and Efficient Operations
Policy: Admin Policy 3.09 - Purchasing and Bidding Requirements
Attachments Overview of Action on Request to Waive Administrative Policy 3.09(9)(e) and Extend Contracts for Transportation Services
File Attachment:
1. Board Item.pdf
2. C021112 Dairyland Original Contract.pdf
3. C021112 Dairyland First Extension & Modification.pdf
4. C021112 Dairyland Second Extension & Modification.pdf
5. C021112 Dairyland Third Extension & Modification.pdf
6. C021115 Durham Original Contract.pdf
7. C021115 Durham First Extension & Modification.pdf
8. C021115 Durham Second Extension & Modification.pdf
9. C021115 Durham Third Extension & Modification.pdf
10. C021117 First Student Original Contract.pdf
11. C021117 First Student First Extension & Modification.pdf
12. C021117 First Student Second Extension & Modification.pdf
13. C021117 First Student Third Extension & Modification.pdf
14. C021125 Illinois Central Original Contract.pdf
15. C021125 Illinois Central First Extension & Modification.pdf
16. C021125 Illinois Central Second Extension & Modification.pdf
17. C021125 Illinois Central Third Extension & Modification.pdf
18. C021119 Johnson Original Contract.pdf
19. C021119 Johnson First Extension & Modification.pdf
20. C021119 Johnson Second Extension & Modification.pdf
21. C021119 Johnson Third Extension & Modification.pdf
22. C021120 Lakeside Original Contract.pdf
23. C021120 Lakeside First Extension & Modification.pdf
24. C021120 Lakeside Second Extension & Modification.pdf
25. C021120 Lakeside Third Extension & Modification.pdf
26. C021121 Lamers Original Contract.pdf
27. C021121 Lamers First Extension & Modification.pdf
28. C021121 Lamers Second Extension & Modification.pdf
29. C021121 Lamers Third Extension & Modification.pdf
30. C021122 Riteway Original Contract.pdf
31. C021122 Riteway First Extension & Modification.pdf
32. C021122 Riteway Second Extension & Modification.pdf
33. C021122 Riteway Third Extension & Modification.pdf
34. C021124 SCT Original Contract.pdf
35. C021124 SCT First Extension & Modfication.pdf
36. C021124 SCT Second Extension & Modfication.pdf
37. C021124 SCT Third Extension & Modfication.pdf
Background: The Administration is requesting authorization to to waive the three-year term limit of Administrative Policy 3.09(9)(e) and extend contracts with the following contractors for regular school-day transportation services: Dairyland Buses, Inc.; Durham School Services, LP; First Student, Inc.; Johnson School Bus Service, Inc.; Illinois Central School Bus, LLC; Lakeside Buses of Wisconsin, Inc.; Lamers Bus Lines, Inc.; Riteway Bus Services, Inc.; and Specialized Care Transport, Inc.

These contractors were all chosen pursuant to RFP 844. On July 1, 2014, MPS entered into a professional services contract with each of the aforementioned contractors with a term of July 1, 2014 through June 30, 2015. Each contract provided for two additional one-year extensions. Each contract was extended for the first additional one-year term from July 1, 2015 through June 30, 2016 as well as the second additional one-year extension from July 1, 2016 through June 30, 2017.

These third extensions are now being requested to allow the District to finalize its unified calendar efforts as well as to provide ample opportunity to consider bell schedule restructuring across the District to maximize potential transportation savings prior to issuing a new Request for Proposal for these services.

As such, recommended for the Board's approval at this meeting are the following professional service contracts:

Dairyland Buses, Inc. = $7,656,480
Durham School Services, LP = $5,702,320
First Student, Inc. = $5,296,373
Illinois Central School Bus, LLC = $4,092,400
Johnson School Bus Service, Inc. = $1,041,040
Lakeside Buses of Wisconsin, Inc. = $9,509,067
Lamers Bus Lines, Inc. = $5,480,800
Riteway Bus Service, Inc. = $8,039,200
Specialized Care Transport, Inc. = $2,428,400
Fiscal Impact Statement: This item authorizes the following expenditures, by budget code, as listed in the attachment:

AST-0-0-TRS-DW-EPPT = $362,040.00
HLT-0-0-TRS-DW-EPPT = $366,510.00
KMT-0-0-TRS-DW-EPPT = $52,000.00
MDK-0-0-TRS-DW-EPPT = $300,560.00
PMO-0-0-TRS-DW-EPPT = $48,438.00
RTS-0-0-TRS-DW-EPPT = $30,579,407.00
RTS-0-0-TRS-DW-EVSPFPUB = $498,747.00
RWT-0-0-TRS-DW-EPPT = $12,493,015.00
SM1-0-0-TRS-DW-EPPT = $3,261,076.00
SMT-0-0-TRS-DW-EPPT = $435,511.00
TED-0-0-TRS-DW-EPPT = $848,776.00
Implementation and Assessment Plan Upon approval by the Board, the extensions will begin as indicated in the attachments.
Recommendation: The Administration recommends that the Board authorize the waivers and extensions as set forth in this item.
Approvals:
Recommended By:
Signed By:
Kari H. Race - Procurement Supervisor II
Signed By:
Gerald Pace - CFO
Signed By:
Regina Flores - Contract Compliance Supervisor II
Signed By:
Dr. Darienne Driver - Superintendent