|
|
|
|
|
|
Meeting Date:
|
3/30/2017 - 6:30 PM
|
Category:
|
Report of the Committee on Accountability, Finance, and Personnel
|
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
|
Attachments
|
Overview of Action on Request to Waive Administrative Policy 3.09(9)(e) and Extend Contracts for Transportation Services
|
File Attachment:
|
|
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:
|
Your Committee recommends that the Board authorize the waivers and extensions as set forth in this item.
|
Approvals:
|
Recommended By:
|
Signed By:
|
|
Jacqueline M. Mann, Ph.D. - Board Clerk/Chief Officer
|
|
|
|
|
|
|
|