SPED HOME-TO-SPED HOME TO SCHOOL
TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
Oak Grove School District
6578 Santa Teresa Boulevard
San Jose, CA 95119
PHONE 408-227-8300 FAX 408-227-2719
PURCHASING DEPARTMENT BID
DUE DATE: AUGUST 31, 2022
at 2:00 P.M.
BID NO. TRA-097-06-22-629
2
BID NO. TRA-097-06-22-629
TABLE OF CONTENTS
SPED HOME-TO-SPED HOME TO SCHOOL
TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
Notice to Bidders ............................................................................................................ Page 3
Schedule of Important Dates… ....................................................................................... Page 4
Information to Bidders ................................................................................................... Page 5
Evaluation Process ....................................................................................................... Page 9
Specifications ................................................................................................................. Page 11
Supplemental Specifications. .......................................................................................... Page 13
List of Required Submittals ............................................................................................... Page 21
Bid Form .............................................................................................................................. Page 22
Vehicle List ..................................................................................................................... Page 27
Contractors’ Liability… ....................................................................................................... Page 28
Non-Collusion Affidavit ...................................................................................................... Page 29
Certificate of Worker’s Compensation…..........................................................................Page 30
Certification of Criminal Records Check ..................................................................... Page 31
Certificate Regarding Drug-Free Workplace ............................................................... Page 32
Certificate Regarding Alcoholic Beverage and Tobacco-Free Campus. ................... Page 33
Fingerprint Certification… .................................................................................................. Page 34
COVID 19 Vaccinations/Testing Status Certification………………………………….Page 35
References ...................................................................................................................... .Page 36
3
BID NO. TRA-097-06-22-629
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN that the Oak Grove School District, (“District”), of Santa
Clara County, California, acting by and through its governing Board, (“Board”), will
receive up to, but not later than 2:00 P.M. on August 31, 2022, sealed bids for the
award of a contract for:
SPED HOME TO SCHOOL TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
All sealed proposals will be received at the Oak Grove School District Purchasing
Department, located at 6578 Santa Teresa Blvd., San Jose, CA 95119, on or before the
time stated above. Proposals will be opened at the above stated time and place,
however, no commitment will be made at that time until all proposals are evaluating for
required documents, pricing, specifications and other pertinent information. Proposals
received after 2:00 p.m., August 31, 2022 will not be considered and will be returned
unopened. No fax or electronic submissions of the proposal will be accepted.
Each proposal must conform with, and be responsive to this invitation, the Information
to Bidders, the Specifications, and to the contract documents Prospective bidders may
secure bid documents from the Oak Grove School District website at
www.ogsd.net/departments/business/purchasingwarehouse or by emailing the Oak
Grove School District Purchasing Department at [email protected]. All proposals
must be sealed and clearly state on the lower left side of the envelope the bid title and
number.
The District reserves the right to reject any or all bids, to accept or to reject any one or
more items of a bid, or to waive any irregularities or informalities in the bids or in the
bidding.
No bidder may withdraw his bid for a period of sixty (60) days after the date set for the
opening of bids.
Ruth Martin
Fiscal Manager
Publication Dates: August 12, 2022, and August 19, 2022
Publications: Daily Journal
BY ORDER OF THE BOARD OF TRUSTEES
4
BID NO. TRA-097-06-22-629
SCHEDULE OF IMPORTANT DATES
SPED HOME-TO-SPED HOME TO SCHOOL
TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
Dates of Advertisement August 12, 2022 & August 19, 2022
Bid Opening August 31, 2022 at 2:00 p.m.
Board Approval September 15, 2022
5
BID NO. TRA-097-06-22-629
INFORMATION TO BIDDERS
SPED HOME-TO-SPED HOME TO SCHOOL
TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
It is extremely important that all bidders READ and ADHERE to the terms and conditions,
instructions, requirements, specifications and all bid documents included herein. Failure to do
so may disqualify your bid.
WHERE TO OBTAIN A COPY OF THE BID
Prospective bidders may secure bid documents from the Oak Grove School District website
https://www.ogsd.net/departments/business/purchasingwarehouse or by emailing the Oak
Grove School District Purchasing Department @ [email protected]
INSPECTION OF BID DOCUMENTS
Each bidder receiving forms prepared by the District is responsible for inspection of the District
documents for missing or illegible pages, including addenda or other indication of incomplete
information provided to the Bidder.
The failure or neglect of any Bidder to receive or examine any bid documents, addendum, or
other documents shall in no way relieve any Bidder from obligations with respect to his or her
bid. The submission of the bid shall be taken as prima facie evidence of compliance with this
section.
BID FORM
The District Bid Form included in this bid must be used for submission of the Bid. The Bid must
be type written or in ink. Numbers must be stated in U.S. currency figures. The Bid Form
signature page must be signed in ink and included with your bid submission.
SIGNATURE
A person duly authorized to bond the Bidder to the bid must sign the bid. By signing, the
authorized person is agreeing to all the bid terms, conditions, instructions, specifications and
requirements of this bid document, including all amendments and attachments.
TIME FOR OPENING
Bids and all required documents must be submitted to the Purchasing Department, 6578 Santa
Teresa Blvd., San Jose, CA 95119 no later than 2:00 PM on Wednesday, August 31st. Bids
received in the first minute of the two o’clock hour will be deemed late and not accepted. The
District will not be responsible for late deliveries by U.S. mail or any other means.
All questions regarding bid, the terms and conditions shall be submitted via email to
[email protected] no later than Tuesday, August 23rd
2022 @ 5:00 p.m. All answers will
be sent via email to all bidders no later than 5:00 p.m., Wednesday, August 24
th
, 2022.
6
BID NO. TRA-097-06-22-629
MODIFICATIONS
Changes in or additions to the bid form, recapitulations of the work bid upon, alternative
proposals, or any other modifications of the bid form which is not specifically called for in the
contract documents may result in the District’s rejection of the bid as not being responsive to
the invitation to bid.
ERASURES
The bid submitted must not contain any erasures, or correction unless each such correction is
suitably authenticated by affixing in the margin adjacent to the correction surname or surnames
of the person or persons signing the bid. In the case of an error in an extension, the unit price
upon which the extension is based shall take precedence.
EXAMINATION OF CONTRACT DOCUMENTS
The failure or omission of any bidder to receive or examine any contract document, form,
instrument, addendum, or other document or to visit the site and acquaint himself with the
conditions there existing shall in no way relieve any bidder from any obligation with respect to
his bid or contract. The submission of a bid shall be taken as prima facie evidence of compliance
with this section.
WITHDRAWAL OF BIDS
Any bidder may withdraw his bid either personally, by written request, or by telephonic request
confirmed in the manner specified above any time prior to the scheduled closing time for receipt
of bids. Thereafter, all bids received shall become the property of the District.
BID SECURITIES, PERFORMANCE BONDS, PAYMENT BONDS
No bonds are required for this contract. If any other bonds or guarantees are required by the
District of the bidders or the successful bidders, those bonds or guarantees are so stated in the
Specifications of these bid documents.
INTERPRETATION OF DOCUMENTS
If any person contemplating submitting a bid for the proposed project is in doubt as to the true
meaning of any part of the drawing, specifications or other contract documents, or finds
discrepancies in, or omissions from the drawings, specifications, or documents, he may submit
a to the District a written request for an interpretation or correction thereof. The person
submitting the request will be responsible for its delivery. Any interpretation or correction of the
contract documents will be made only by addendum duly issued and a copy of such addendum
will be mailed or delivered to each person receiving a set of the contract documents.
BIDDERS INTERESTED IN MORE THAN ONE BID
No person, firm or corporation shall be allowed to make, or file, or be interested in more than
one bid for the same work unless alternate bids are specifically called for. A person, firm or
corporation that has submitted a sub-proposal to a bidder, or that has quoted prices of materials
to a bidder, is not thereby disqualified from submitting a proposal or quoting prices to other
bidders or make a prime proposal.
7
BID NO. TRA-097-06-22-629
WAIVER OF IRREGULARITIES OR INFORMALITIES
The District reserves the right to reject any or all bids, or to waive any irregularities or
informalities in any bids, or in the bidding.
AWARD OF CONTRACT
The District intends to award contracts to the responsive and responsible bidder(s) for the
services described.
PAYMENT FOR SERVICES
On or about the first (1
st
) business day of each month, the Bidder shall submit invoices, in the
form and number required by the District, for all services under this contract. Subject to
acceptance and approval by the District, payment for such services will be made within thirty
(30) days of billing.
TERMINATION OF CONTRACT
If the Bidder, at any time during the period of this contract, fails to perform satisfactorily, or to
furnish safe and adequate equipment or personnel, or otherwise fails to comply with its terms,
the District may, upon thirty (30) days written notice, cancel the contract in its entirety or in part,
and may procure services elsewhere.
EVIDENCE OF RESPONSIBILITY
Upon the request of the District, a bidder whose bid is under consideration for the award of the
contract shall submit promptly to the District’s satisfactory evidence showing the bidder's
financial resources, his experience in the field, and his organization or other factors contributing
to the successful execution and completion of the contract.
FORFEITURE FOR FAILURE TO EXECUTE CONTRACT
In the event the bidder to whom an award is made fails or refuses to execute the contract within
five (5) calendar days from the date receiving notification that he is the bidder to whom the
contract is awarded, the District may declare bidder’s bid deposit or bond forfeited as damages
caused by the failure of the bidder to enter the contract and may award the work to the next
lowest bidder, or may call for new bids.
ANTI-DISCRIMINATION
It is the policy of the District that in connection with all work performed, materials purchased or
supplies provided under any contracts, there be no discrimination against any prospective or
active employees engaged in the work because of race, color, ancestry, national origin,
religious creed, sex, age, or marital status The supplier agrees to comply with applicable
Federal and California laws including, but not limited to, the California Fair Employment
Practice Act, beginning with Labor Code section 1410and Labor Code 1735. In addition, the
supplier agrees to require like compliance by any sub-suppliers employed on the work by him.
8
BID NO. TRA-097-06-22-629
ADDENDA
Addenda or changes to the project specifications, if necessary, will be issued by the District
prior to bid opening and any addenda so issued must be included in the bidder’s proposal
submitted against the project.
COMMENCEMENT OF WORK
Work on the property may not begin without the District having received the required bonds,
certificates of insurance, signed agreement and purchase order acknowledgment.
REFERENCES AND BID SUBMISSION
All submittals shall include client references. Failure to provide three (3) successful references
shall be considered to be non-responsive to this specification. All references shall reflect
installations that have been successfully completed with K-8 educational institutions, and
preferably for systems of the same type and size as bid, and in the local geographical area
(within 100 miles). References shall include:
Customer names, contract and title
Address and telephone number
Project and date completed
9
BID NO. TRA-097-06-22-629
EVALUATION PROCESS
SPED HOME-TO-SPED HOME TO SCHOOL
TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
Selection of the successful proposal shall be generally based on the information provided by
the Contractor in response to the Request for Proposals and any subsequent interview that
may be conducted. The process for selection shall occur in the following sequence:
1. Review and acceptance/rejection decision of proposals
2. Interviews (interviews will be held purely at the District’s discretion)
3. Identification of best qualified firm
4. Award of contract
Evaluation Criteria
Selection of qualified Contractors will be based on the following criteria:
Quality and completeness of submitted proposal
Understanding of project objectives
Project approach
Experience and expertise with school districts
References
Pricing
Award will be made to the Contractor offering the most advantageous proposal after
consideration of the evaluation criteria set forth below. The District is not obligated to accept
the lowest priced proposal, but will make an award that is in the best interest of the District
after all factors have been evaluated.
Criteria
Score
Weighted
Score
Quality and completeness of submitted
proposal
Understanding of project objectives
Project approach
Experience and expertise with school
districts
References
Pricing Overview
The above weights show the relative importance of individual criteria.
10
BID NO. TRA-097-06-22-629
Proposals Evaluation and Award Process
Preliminary Evaluation: The proposals will first be reviewed to verify if the mandatory
requirements of this RFP have been met. Proposal Scoring: Accepted proposals will be
reviewed and scored against the stated criteria. The evaluation process will also include a
review of the references and a detailed analysis of all the information contained in the
proposals.
Compliance With or Deviation from Specifications
Contractor agrees that the services offered will meet all the requirements of the specifications
in this solicitation unless deviations from them are clearly indicated in the Contractor’s
response. Contractor may submit an attachment with their proposal indicating deviations
and/or exceptions. An explanation must be made for each item in which an exception is
taken, giving in detail the extent of the exception and the reason for which it is taken.
11
BID NO. TRA-097-06-22-629
SPECIFICATIONS
SPED HOME-TO-SPED HOME TO SCHOOL
TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
Introduction & Scope
The Oak Grove School District serves the communities of South San Jose. The District has
three comprehensive junior high schools, and sixteen elementary schools serving over 8,600
students.
The District seeks a supplemental transportation Contractor to provide transportation services
district wide and out of district, as deemed necessary by the District. The District requires that
the Contractor provide the management expertise, the necessary regular and standby drivers,
vehicle mechanics, and driver training and safety personnel and all vehicles and special needs
equipment. The Contractor shall be responsible for all costs associated with the operation of
their vehicles. The District wants qualified bidders to provide transportation in 7 or fewer
capacity vehicles. There will be approximately 3-5 routes daily and the district would like to
have 5 vehicles ready when needed as backup. The contractors start date will be
September 16th 2022.
Contractors responding to the Request for Proposal are advised that if successful bid is
assigned to them, the District has the right to withdraw from any subsequent contract with
written notice of 30 days for sub-standard performance.
Scope of Work / Expectations
Contractor is responsible for furnishing all transportation vehicles, equipment, labor, and safety
devices to provide specialized transportation services, and completely supervise and direct the
work specified in this bid. The Contractor agrees that he is fully responsible for the acts and
omissions of his subcontractors and of all persons employed by the Contractor.
Contractor will take all precautions necessary to protect health, life, and property.
Contractor to provide passenger direct rides and shared rides (riders with different destinations
may be picked up and/or dropped off along the way of other rider’s destinations).
Contractor to provide transportation services between the hours of 5:45 a.m. 6:00 p.m. (or
until services are complete for the day), Monday through Friday.
Contractor to provide transportation services within the District and/or outside the District with
other School Districts.
Contractor to provide a reservation and scheduling service that can take calls or messages 24
hours a day, 7 days a week.
12
BID NO. TRA-097-06-22-629
On an emergency basis, at a minimum, Contractor must provide a fleet of vehicles
comprehensive enough to provide service to all riders within a 30-minute pick-up window from
the requested time of service. This means the vehicle will pick-up a rider at any time within the
30-minute pick-up window.
Contractor to provide at a minimum, service that goes from rider’s pickup location to his or her
destination point.
Contractor to accept cancellations from District’s route scheduler and/or student’s
parent/guardian.
Contractor to provide immediate notification of any and all accidents when a District student is
on board by contacting District Transportation Department.
All Contractor vehicles must possess the applicable class of driving permit in each vehicle.
Contractor will allow a Personal Care Attendant (PCA) to ride with the District’s eligible
passenger.
Per ADA requirements, Contractor will allow a passenger to bring a guide dog or other
acceptable service animal that has been trained to help the passenger with their functional
limitations.
Contractor will allow a passenger to bring a respirator, portable oxygen (attached to the rider’s
wheelchair if available), or other life support equipment as long as it does not violate laws or
rules related to the transportation of hazardous materials. The equipment must be small
enough to fit in the vehicle and be managed by the rider.
Contractor’s vehicles must be fitted with GPS tracking. Upon request, tracking reports must be
promptly provided to the District.
The Contractor must contact the parent / guardian of the student to introduce the driver and
establish a pick-up and drop-off schedule.
The Contractor will provide a consistent driver for each student.
13
BID NO. TRA-097-06-22-629
SUPPLEMENTAL SPECIFICATIONS
SPED HOME-TO-SPED HOME TO SCHOOL
TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
Program Description
This program provides to and from school, routed, scheduled specialized transportation
services to special education students with or without physical disabilities. The transportation
services needed may be within the District and/or outside the District boundaries.
Contractor Experience
Bids shall be accepted only from Contractors with at least five (5) years of experience providing
pupil transportation for school districts with similar size, transportation operations and with
demonstrated ability in starting up operations of this scope.
Term
The period of performance under this Contract will be from date of award through June 30,
2023. The term of this agreement may be extended by four (4) additional one (1) year
increments, which the District may exercise at its sole discretion. Request for price
increase/decrease must be negotiated sixty (60) days before Contract renewal date.
Service Description
Transportation services include both fixed-route and on-call service, and in some cases may
need to be provided per the requirements outlined in the Americans with Disabilities Act (ADA).
Trips may be one way or round trip. Service coverage hours are from approximately 5:45 a.m.
through approximately 6:00 p.m., or whenever last trip is to be served.
The basic service policy is curb-to-curb. This type of service requires the rider to be at the
curb in front of their home address within five (5) minutes of the pickup time.
Ride Arrangements
The District Transportation Department is responsible for making trip reservations and
arrangements. At no time will the Contractor transport a student of the District without receiving
direction from the District to do so. The District will not pay for transportation not authorized by
the District. The Contractor will not transport a passenger(s) who has not been authorized by
the District while a student(s) of the District is on board the vehicle.
Service Scheduling
Scheduling requirements are defined by the District’s Transportation Department. The
Contractor must comply with daily routing and scheduling needs. The District may request, as
necessary, changes to routing, pick-up and drop-off times to accommodate routing efficiencies
and reduce costs. The District may request transportation services verbally or in writing. Verbal
orders must be acknowledged by the Contractor within five (5) calendar days from the date of
the order on the Contractor’s standard order confirmation form.
14
BID NO. TRA-097-06-22-629
Execution of Routes
The District shall provide the Contractor with information pertinent to transportation of students.
Said information shall include the students requiring transportation and their respective
addresses, pickup/drop-off locations, school name, bell times and special equipment needed
(i.e. car seats, safety vests/harnesses and wheel chairs) and Student Aid details (if applicable).
Additionally, the District will provide details regarding District Specific Requirements and the
addresses for each school in the District for which transportation services will apply.
The Contractor shall ensure that all vehicles assigned for student pickup shall arrive at the pick-
up location on-time; Contractor to define methodology for verification of in time performance
and monitoring overall trip performance. If the student is not ready for pick-up at the scheduled
pick-up time, the Contractor is to wait two (2) minutes past the regular scheduled pick up time.
If the student(s) are still not ready, the Contractor is to designate the pick-up as a no-show and
go to the next location. The Contractor is to detail the current no- show procedure. If the District
or a parent has called the Contractor at least twenty-four (24) hours before pick-up time to
cancel the ride, the Contractor is to designate it as a cancellation.
If, when returning a student to home, the parent(s) or other previously arranged responsible
party is not available to receive the student, the Contractor shall attempt to contact the parent(s)
by phone for instructions. If the parent is unreachable or unavailable, or if the parent instructs
the Contractor to take actions that the Contractor finds objectionable, the Contractor shall
contact the District for instructions. If the Contractor is directed to return the student to school,
or if the Contractor is unable to reach either the parent(s) or the District, the Contractor shall
attempt to return the student to a District employee at the student’s school after returning all
other students on the route to their homes. If no District employee is available at the school,
and the Contractor is still unable to reach the parent(s) or the District, the Contractor shall
deliver the student to the nearest office of law enforcement and inform the District as to the
location where the student was dropped off. The District will compensate the Contractor for
the extra miles incurred as a result at the per mile rate indicated in the Contractor’s proposed
pricing formula.
All students will require seat belts as well as age appropriate child restraint equipment such as
booster and/or car seats (when designated by the District) for van transportation.
Performance Standards
The maximum amount of travel time for each passenger is 80 minutes per one-way trip.
Any variation from this standard, except in emergencies, must be approved by the
District’s Transportation Department prior to provision of the service.
Schedule adherence is defined as 95% of passengers picked up and dropped within 2
minutes, and 100% within 5 minutes of scheduled pick- up and drop-off time.
Wheelchair passengers shall be properly secured according to the current code of
Federal Regulations, and passenger safety standards.
15
BID NO. TRA-097-06-22-629
Professionalism and courtesy of Contractor’s drivers, along with an adequate level of
comfort and safety of the vehicles used, will be continuously monitored with our end
users to ensure standards are maintained.
Contractor’s vehicles must be equipped with Global Positional System (GPS) tracking,
and upon request, Contractor must provide to the District fleet tracking reports, including
but not limited to activity detail reports, landmark reports, and efficiency reports.
Drivers
The Contractor, and if applicable, his subcontractors will recruit, hire, train, and
supervise the drivers who are to provide this service. The drivers will be employees or
agents of the Contractor or his subcontractors, not employees of the District, and will
not act as, or represent themselves as, employees or agents of the District.
The Contractor, and if applicable, his subcontractors are responsible for paying drivers’
wages and benefits. All wages will be in compliance with California’s State’s minimum
wages.
The Contractor is responsible for the accuracy of his or subcontractors’ vouchers,
billings, logs, or invoices produced by drivers pursuant to this Contract.
Drivers engaged for this service will be required to possess a valid driver’s license
applicable to the type of vehicle driven.
The Contractor and his subcontractors shall be responsible for monitoring drivers’
licenses, permits, and criminal background checks to ensure that all drivers providing
services to the District under this Contract are in full compliance with Federal, State,
County, and Municipal requirements.
The Contractor agrees to comply with all California State Department of Transportation
drug and alcohol testing requirements applicable to any drivers providing service to the
District under this Contract. Cost of compliance with said requirements are the
responsibility of the Contractor.
The Contractor and/or his subcontractors, if any, must provide training for each driver
providing service under this Contract.
The Contractor shall notify District’s Transportation Department immediately if the
Contractor and any subcontractors are served with a notice of violation of any law,
regulation, permit or license which relates to this Contract.
The Contractor is to ensure that these requirements are clearly communicated and
agreed to with subcontractors.
Vehicles
The Contractor shall have access to a sufficient number, capacity, and type of vehicles
(cars, vans, minibus, etc.), to ensure meeting the District requirements for each day.
Replacement vehicles must be provided within a reasonable period of time of the
scheduled pick-up or drop-off time. The Contractor must have access to a sufficient
16
BID NO. TRA-097-06-22-629
number of back-up vehicles that can provide uninterrupted service in the event that
vehicles are out of commission due to maintenance issues or vehicle breakdowns.
Every vehicle must have an operating heating / air conditioning system as required.
Every driver / vehicle must have an operating two-way radio or cellular phone for
providing two-way communication with the base dispatch center. Contractor’s, or if
applicable, subcontractor’s dispatch center shall have communication equipment
capable of immediate communication with all drivers / vehicles in service at all times.
The Contractor and his subcontractors will maintain the vehicles in good working order
through a program of prompt repair and routine maintenance, and keep the vehicles
clean through a continuous cleaning program.
The Contractor and his subcontractors shall maintain accurate vehicle maintenance
records.
The District reserves the right to inspect vehicles utilized by the Contractor or his
subcontractors for this service, and to require the removal from service of any vehicle
not in compliance with the standards set forth herein.
Reporting
The Contractor shall report immediately to the District’s Transportation Department all
accidents; all passenger injuries; all police contact; any occasion in which a scheduled
passenger cannot be found for a return trip; any medical problems occurring en route
which require emergency medical attention; all illegal activity; all inappropriate behavior;
or any other problem or event which affects or could affect the physical and emotional
well-being of a passenger. A copy of the incidence report(s) shall be provided to the
District when requested.
The Contractor shall immediately report in writing to the District’s Transportation
Department, any passenger loading problems, repeated passenger lateness, failure to
show up, or other problems which affect the quality of service for other riders, or increase
the cost of the service.
The Contractor shall promptly provide to the District’s Transportation Department all
vehicle and passenger data reports requested, including but not limited to; number of
service days, number of service hours, number of hours, miles, and passengers per day
per route.
Hold Harmless
Contractor agrees to and does hereby indemnify, hold harmless and defend the District and its
officers, agents and employees from every claim or demand made and every liability, loss,
damage or expense, of any nature whatsoever, which may be incurred by reason of:
(a) Liability for damages for: (1) death or bodily injury to person; (2) injury to, loss or theft of
property; or (3) any other loss, damage or expense arising out of (1) or (2) above, sustained by
the Contractor or any person, firm or corporation employed by the Contractor, either directly or
by independent contract, upon or in connection with the services called for in
17
BID NO. TRA-097-06-22-629
this Agreement, however caused, except for liability for damages referred to above which result
from the sole negligence or willful misconduct of the District or its officers, employees or agents.
(b) Any injury to or death of any person, including the District or its officers, agents and
employees, or damage to or loss of any property caused by any act, neglect, default, or
omission of the contractor, or any person, firm or corporation employed by the Contractor,
either directly or by independent contract, arising out of, or in any way connected with, the
services covered by this Agreement, whether said injury or damage occurs either on or off
District's property, except for liability for damages which result from the sole negligence or
willful misconduct of the District or its officers, employees or agents.
(c) Any liability for damages which may arise from the furnishing or use of any copyrighted
or un-copyrighted matter or patented or unpatented invention under this Agreement.
General Liability Insurance
Contractor must carry a commercial general liability insurance policy with limits of Two Million
Dollars ($2,000,000) per occurrence for bodily injury and property damage which may arise
out of this Agreement in a form mutually acceptable to both parties to protect Contractor and
District against liability or claims of liability to be in effect during the term of the contract. If a
form with a general aggregate limit is used, either the general aggregate limit shall apply
separately to the District, or the general aggregate shall be twice the occurrence.
$1,000,000.00 minimum limit per occurrence covering Sexual Molestation and Abuse Liability
Contractor agrees to name District and its officers, agents, employees and representatives as
additional insured under said policy and to provide an endorsement to this policy evidencing
such. Insurance shall be written by California Admitted Insurers.
In addition, Contractor agrees to provide an endorsement to this policy stating, "Such insurance
as is afforded by this policy shall be primary, and any insurance carried by District shall be
excess and noncontributory."
Automobile Insurance
Contractor will also provide automobile liability insurance with limits of Five (5) Million Dollars
($5,000,000) per occurrence combined single limit for bodily injury and property damage. If an
annual aggregate limit is used, either the aggregate limit shall apply separately to the District,
or the aggregate shall be twice the occurrence limit or Ten (10) Million Dollars ($10,000,000).
Insurance shall be written by California Admitted Insurers.
All policy periods shall be continuous through the term of the agreement and shall be valid and
non-restrictive for interstate travel.
If awarded a contract, Contractor(s) shall provide District with certificates of insurance
evidencing all coverage’s and endorsements required hereunder, including a thirty (30)
18
BID NO. TRA-097-06-22-629
day written notice of cancellation or reduction in coverage within ten (10) days of award
notification.
Workers’ Compensation Insurance
The contractor shall provide, during the life of this contract, Worker's Compensation insurance
for all employees hired by the contractor and engaged in work under this contract, on or at the
site of the project, and, in case any of the work is sublet, the contractor shall require the
subcontractor similarly to provide Worker's Compensation Insurance for all the latter's
employees. Any class of employees not covered by a subcontractor's insurance shall be
covered by the contractor's insurance. In case any class of employees engaged in work under
this contract, on or at the site of the project, is not protected under Worker's Compensation
Statute, the contractor shall provide or shall cause subcontractor to provide, adequate
insurance coverage for the protection of such employees not otherwise protected. The
contractor shall file with the District, certificates of insurance protecting workers. Such
insurance shall have a minimum combined single coverage of One (1) Million Dollars
($1,000,000). Insurance shall be written by California Admitted Insurers.
Fingerprint Requirements
The District has determined under Education Code section 45125.1 Subdivision (C) that in
performing services pursuant to this Agreement, Contractor’s employees may have contact
with pupils. As required under Education Code Section 45125.1 , subdivision (A) Contractor
shall require their employees who will provide services pursuant to the Agreement to submit
their fingerprints in a manner authorized by the Department of Justice together with a fee
determined by the Department of Justice together in order to conduct a criminal background
check to determine whether such employees have been convicted of or have charges pending
for a felony as defined under Education Code Section 45122.1.
Contractor shall not permit any employee to perform services that may come in Contact with
pupils under this agreement until the Department of Justice has determined that the employee
has not been convicted of a felony or has no criminal charges pending for a felony as defined
in Section 45122.1.
Contractor shall defend, indemnify, protect and hold the District and its agents, officers and
employees harmless from and against any and all claims asserted or liability established for
damages or injuries to any person or property which arise from or are connected with or are
caused or claimed to be caused by Contractor’s failure to comply with all of the requirements
contained in Education Code section 45122.1, including but not limited to, the requirement
prohibiting Contractor from using employees who may have contact with pupils who have been
convicted or have charges pending for a felony as defined in Education Code section 45122.1.
Fingerprints will not have to be redone for School Bus or (SPAB) drivers as fingerprints have
been
submitted
through
DMV.
Contractor
shall
still
have
to
certify
in
writing
that
all
19
BID NO. TRA-097-06-22-629
employees who may come in contact with pupils have not been convicted of or have no criminal
charges pending for a felony, as defined in Education Code Section 45122.1.
Contractor Refusal to Provide Service
Any contractor awarded a contract in accordance with the terms and conditions herein that
refuses more than five percent (5%) of the jobs offered in any given month, will be considered
to be out of compliance with the contract and may be put on notice and found in breach, and if
not rectified immediately may subsequently be relieved of their contract with the District or be
charged the difference between their bid price and the price actually paid by the District for the
refused trip.
Fleet Roster
The Bidder shall provide a fleet roster of proposed vehicles, listing make, model seating
capacity, air-conditioning, year of manufacture and fleet ID. Vendor may utilize the attached
form or provide own fleet roster.
Attendants/Aides
The District may have a need to require that an attendant accommodate a student or students.
In some cases, the awarded contractor may be required to provide the aide/attendant. The
cost will be a responsibility of the District, and the District will decide if the contractor or District
will provide the aide/attendant on a per case and availability basis. Attendants must always
meet the approval of the District.
COVID-19 - Health & Safety Protocols.
Required COVID-19 mitigation strategies will be defined by the County of Santa Clara Public
Health Department,California Department of Public Health and stipulated in the District
COVID-19. Safety Plan.Health screening prior to assuming work responsibilities is required to
decrease risk of transmission. Regulations regarding masks and social distance shall be
followed as directed by the County of Santa Clara Public Health Department and California
Department of Public Health. Screening and social distancing protocols and procedures to
adhere to the District Health & Safety Plan and or the recommendations/guidelines as set forth
by the County of Santa Clara Public Health Department and California Department of Public
Health, ie temperature taking, social distancing, etc. Checking temperatures prior to
entry of transportation may be a request of the District. If temperature checks are required per
County of Santa Clara Public Health Department and California Public Health Department
thermometers will then be provided by the District to each Contractor’s drivers. Social
Distancing measures shall be put into place per County of Santa Clara Public Health Depart-
ment and California Public Health Department. Protocols and procedures will adhere to the
District Health & Safety Plan or the recommendations/guidelines as set forth by the County
of Santa Clara Public Health Department and California Public Health Department as
guidelines flex throughout the pandemic.
COVID-19 Prevention. Contractor(s), and its drivers and employees, at Contractor’s sole
expense shall adhere to the any guidelines established by the California Department of
20
BID NO. TRA-097-06-22-629
Education (CDE), the Centers for Disease Control (CDC), the California Department of Public
Health (CDPH), and the latest health directives and orders provided by the Santa Clara County
Public Health Department (SCPH) regarding COVID-19 prevention (e.g. social distancing,
cleaning and disinfection of high touch surfaces on buses, etc.).
COVID-19 Response Plan. Contractor(s) must include a written plan in their proposal for
how they will respond in accordance to guidelines that were released in June 2020 by the
California Department of Education (CDE).
21
BID NO. TRA-097-06-22-629
LIST OF REQUIRED SUBMITTALS
SPED HOME-TO-SPED HOME TO SCHOOL
TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
NOTE: The following items must be returned with your bid. Failure to submit any of
the required materials may be grounds for disqualification.)
1. BID FORM
2. VEHICLE LIST
3. CONTRACTORS’ LIABILITY
4. NON-COLLUSION AFFIDAVIT
5. CONTRACTORS’ CERTIFICATE OF WORKERS’ COMPENSATION
6. CERTIFICATION OF CRIMINAL RECORDS CHECK
7. CERTIFICATE REGARDING DRUG-FREE WORKPLACE
8. CERTIFICATE REGARDING ALCOHOLIC BEVERAGE AND
TOBACCO-FREE CAMPUS
9. FINGERPRINT CERTIFICATION
10. VACCINATION STATUS CERTIFICATION _____
11. REFERENCES
22
BID NO. TRA-097-06-22-629
BID FORM
SPED HOME-TO-SPED HOME TO SCHOOL
TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
Cover Letter
Each proposal should include a cover letter introducing the Contractor. The cover letter should
include:
Identification of core team
Names of contact person, phone number and fax number
Summary of Contractor’s history and projects most relevant to the District’s project
Company Overview
This information should be completed in full and submitted with Contractor’s bid.
Company Name:
Mailing Address:
Company Phone No: ( ) -
Company Fax: ( ) -
Contact Name:
Contact’s Title:
Date:
Signature:
Qualifications of Bidder
Responses shall demonstrate the Contractor’s overview of the project and indicate the project’s
complexity as well as the Contractor’s ability to resolve inherent project problems.
All work proposed to be completed by the Contractor must be clearly outlined. If any of the work is
being wholly or partially fulfilled by stated subcontractor(s), it must be noted in the bid response.
Contractor’s Background
Contractor must provide a company profile. Information provided should include:
Company ownership: If incorporated, the state in which the company is incorporated and the
date of incorporation
Location of the company offices, local and headquarters, if different
Number of employees both locally and nationally
Location(s) from which employees will be assigned
Name, address and telephone number of the Contractor’s point of contact for a contract
resulting from this RFP
Company background/history
Why Contractor is qualified to provide the services described in this RFP
23
BID NO. TRA-097-06-22-629
Length of time Contractor has been providing services described in this RFP
Resumes and/or job descriptions of key staff responsible for performance of any contract
resulting from this RFP
Complete disclosure of:
o
Any significant prior or ongoing contract failures
o
Any civil or criminal litigation or investigation pending which involves the Contractor in
which the Contractor has been judged guilty or liable
Experience and Competency
Provide the following:
Proof of requisite experience to execute the work successfully and properly
Evidence that the Contractor has performed other contracts of like nature, magnitude and
comparable difficulty in a satisfactory manner
Insurance Requirements
Describe your insurance policy limits using the chart below:
General Liability
Each Occurrence
$
General Aggregate
$
Auto Liability any auto
(if included in CGL indicate)
Combined Single
Limit
$
Workers Compensation
$
Within ten (10) calendar days of award of contract, the successful bidder must furnish the District with
the Certificates of Insurance providing coverage as specified and naming the additional insured by
endorsement. Failure to furnish the required certificates within the time allowed may result in withdrawal
of award.
Driver Requirements and Vetting Procedures
Contractor should include, with their bid, the processes and/or procedures used to recruit, vet and
approve drivers for the transportation services of the District’s students. Include:
Screening process
Types of background information collected
Criteria/standards used in identifying drivers
Reference requirements
Training and/or testing requirements
Incentives for existing drivers
Requirements for standby vehicles and drivers
Include in this section how drivers would be identified by students, parents and district staff.
24
BID NO. TRA-097-06-22-629
Vehicle Requirements
Contractor should include, with their bid, the processes and/or procedures used when approving or
rejecting vehicles to be used in the transportation of students. Include:
Ongoing and initial inspection process
Inspection checklist(s)
Accident policy
Preventive maintenance program and sample checklist(s)
Back-up/Stand-by vehicle capabilities
GPS capabilities
Include in this section how vehicles would be identified by students, parents and district staff.
Routing, Scheduling and Dispatch Capabilities
District Responsibilities:
The District shall provide the Contractor with a Transportation Request Form for each student at least
five (5) business days prior to the first day the pupils are to be transported. The Transportation Request
Form shall include:
Student name
Student birth date
Daytime telephone number
Pickup and drop-off addresses
Arrival and departure times
Special requirement for the student (wheelchair, harness, car seat, etc.)
Emergency contact information
Contractor Capabilities:
Describe routing and dispatching capabilities. Include:
Location of dispatcher(s)
Location of router(s)
Availability of dispatcher(s)
Software used
The process used when/if changes and/or additions are needed on existing routes
Processes used for temporary adjustments to routes, or cancelled routes
Transition Plan
Describe, in detail, how Contractor proposes to transition from the current transportation model to the
one proposed in the bid.
Reports
Provide a schedule of reports:
Name of report
When each report is available to the District
Information contained within each report available
Format(s) of reports
25
BID NO. TRA-097-06-22-629
Pricing
All price proposals shall give the prices proposed, be both in writing and in figures, shall give all other
information requested herein, and shall be signed by the Contractor’s authorized representative.
Proposal prices shall include everything necessary for the completion of the contract including, but not
limited to furnishing all services and management required to complete the work in accordance with the
contract documents. Any items described in the specifications that are not specifically listed in the
proposal item are to be considered included in the proposal item and no additional compensation will
be allowed.
All prices, costs, and conditions outlined in the proposal shall remain fixed and valid for acceptance for
90 days starting on the due date for proposals.
Under “Pricing”, Price List, pricing should be expressed on per basic trip fee basis, mileage price / mile,
and item fee basis. Pricing quoted in the proposal must include all elements of cost, including, but not
limited to: labor, materials, tools, equipment, vehicles, maintenance, insurance, training, etc.
Please provide your pricing below:
Pricing Formula per Trip (one way)
Trip Minimum: Includes the first miles. $
Per Mile: Applicable after miles. $
When applicable and in addition to the minimum and mileage
Car Seat: $
Wheelchair: $
Aide: $
Wait Time (per hour after minutes. $
Bidder must state any additional fuel surcharge rates that will apply for all routes, based upon the
D.O.E.’s Average Market Reference Price (AMRP) of regular retail unleaded gasoline that is published
on the first working day of each month.
$ (amount) applied per mile for each cent increase in the AMRP dollar per gallon.
No fuel surcharge will be charged to the District.
Price Changes
Requests for price increase/decreases must be negotiated 60 days before Contract renewal date.
26
BID NO. TRA-097-06-22-629
Addenda
The undersigned has thoroughly examined any and all Addenda(s) issued during the bid period and is
thoroughly familiar with all contents thereof and acknowledges receipt of the following Addenda.
ADDENDUM NO. DATE RECEIVED
ADDENDUM NO. DATE RECEIVED
Credit References
Provide 3-5 credit references. Include contact information for each.
The undersigned has read the specifications, bid instructions, contract specifications, agreement
included herein, is familiar with and understands the provisions and purposes, and agrees to provide
transportation in strict accordance with same, at the prices quoted herein.
FIRM NAME:
By:
(Signature of authorized agent)
(Printed or typed name of authorized agent)
Title:
Address:
Phone: Fax:
Date:
E-Mail Address:
27
BID NO. TRA-097-06-22-629
VEHICLE LIST
SPED HOME-TO-SPED HOME TO SCHOOL
TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
Please indicate any specialized equipment (busses that accommodate handicapped riders, car seats as
required for small children, etc.) that your company can provide.
Vendor may provide own fleet roster and attach to this form for bid submittal.
28
BID NO. TRA-097-06-22-629
CONTRACTORS’ LIABILITY
SPED HOME-TO-SPED HOME TO SCHOOL
TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
Each contractor to whom a public works contract is awarded shall sign and file with the
awarding body the following certification prior to performing the work of the contract.
It is understood that you are aware of the provisions of Section 3700 of the Labor Code
which requires every employer to be insured against liability for Workers’ Compensation or to
undertake self insurance in accordance with the provision of the code and you will comply with
such provisions before commencing the performance of the work of this contract.
It is agreed that the DISTRICT shell be held harmless for any accidents during the
Contractor’s use of the facilities, unless there be contributory negligence on the part of the
DISTRICT.
I am aware of the provisions of Section 3700 of the Labor Code, which requires every
employer to be insured against liability for workmen's compensation or to undertake self-
insurance in accordance with the provisions of that code, and I will comply with such provisions
before commencing the performance of the work of this Contract. List the name and address
of company affording Liability Insurance coverage.
(In Accordance with Article 5 {commencing at Section 1860}, Chapter 1, Part 7, Division
2 of the Labor Code, the above Certificate must be signed and filed with the awarding body
prior to performance of any work under this contract.)
By:
Contractor’s Signature Date
29
BID NO. TRA-097-06-22-629
NON-COLLUSION AFFIDAVIT
To Be Executed by Bidder and Submitted with Bid
SPED HOME-TO-SPED HOME TO SCHOOL
TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
(Public Contract Code 7106)
STATE OF CALIFORNIA )
COUNTY OF SANTA CLARA ) SS
, being first duly sworn, deposes and says that he or she is
, of the party making the foregoing bid; 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 a sham; that the bidder has not
directly or indirectly induced or solicited any other bidder to submit a false or a sham bid, and has not
directly or indirectly colluded, conspired, connived or agreed with any bidder or anyone else to submit
a sham bid, or that anyone else 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 this bid price or
any other bid price or to fix the overhead, profit or cost element of this bid price, or of that of any other
bidder, or to secure any advantage against the public body awarding the Agreement or anyone
interested in the proposed Agreement; that all statements contained in the bid are true; and, further,
that the bidder has not directly or indirectly, submitted their 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 a sham bid.
Subscribed and sworn to (or affirmed) before me this day of , 2022.
(Notary Seal)
Signature of Officer
Typed Name of Officer
Office
Notary Name
Signature
Date
Typed Name and Title
30
BID NO. TRA-097-06-22-629
CONTRACTORS’ CERTIFICATE OF WORKERS’ COMPENSATION
SPED HOME-TO-SPED HOME TO SCHOOL
TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
Labor Code Section 3700
"Every employer except the State and all political subdivisions or institutions
thereof, shall secure the payment of compensation in one or more of the following
ways:
(a) By being insured against liability to pay compensation in one or more authorized
insurers duly authorized to write compensation insurance in this State.
(b) By securing from the Director of Industrial Relations a certificate of consent
to self-insure, which may be given upon furnishing proof satisfactory to the
Director of Industrial Relations of ability to self-insure and pay any compensation
that may become due to his employees."
I am aware of the provisions of Section 3700 of the Labor Code, which requires every employer
to be insured against liability for workmen's compensation or to undertake self insurance in
accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the work of this Contract. List the name and address of
Workers’ Compensation Insurance Company.
(In accordance with Article 5 {commencing at Section 1860}, Chapter 1, Part 7, Division 2 of
the Labor Code, the above Certificate must be signed and filed with the awarding body prior to
performance of any work under this contract.)
Signature Date
Printed Name & Title
Company Name
31
BID NO. TRA-097-06-22-629
CERTIFICATION OF
CRIMINAL RECORDS CHECK
SPED HOME-TO-SPED HOME TO SCHOOL
TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
To the Board of Education of Oak Grove School District:
I, (name of Consultant’s authorized
representative) certify that:
1. I have carefully read and understand California Education Code Section 45125.1
required by the passage of AB 1610, 1612, and 2102. See the following internet site to review
code:
http://www.leginfo.ca.gov/calaw.html
2. Due to the nature of the work will
be performing for the District, company employees may have contact with students of the
District.
3. None of the employees who will be performing the work have been convicted of a violent
or serious felony as defined in the Notice and in Penal Code Section 1192.7 and this
determination was made by a fingerprint check through the Department of Justice.
I declare under penalty of perjury that the foregoing is true and correct.
Executed at , California on (date).
Signature
Typed or Printed Name
Title
Company Name
Address
Telephone
E-Mail Address
32
BID NO. TRA-097-06-22-629
CERTIFICATE
REGARDING DRUG-FREE WORKPLACE
SPED HOME-TO-SPED HOME TO SCHOOL
TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
This Drug-Free Workplace Certification form is required from all successful bidders pursuant to the requirements
mandated by Government Code 8350 et. seq., the Drug-Free Workplace Act of 1990. The Drug-Free Workplace
Act of 1990 requires that every person or organization awarded a contract/agreement or grant for the procurement
of any property or service from any state agency must certify that it will provide a drug-free workplace by performing
certain specified acts. In addition, the Act provides that each contract/agreement or grant awarded by a state agency
may be subject to suspension of payments or termination of the contract/agreement or grant, and the CONTRACTOR
or grantee may be subject to debarment from future contracting, if the contracting agency determines that specified
acts have occurred.
Pursuant to Government Code 8355, every person or organization awarded a contract/agreement or grant from a
state agency shall certify that it will provide a drug-free workplace by doing all of the following:
a) Publishing a statement, notifying employees that the unlawful manufacture, distribution, dispensation,
possession, or use of a controlled substance is prohibited in the person’s or organization’s workplace, and
specifying actions which will be taken against employees for violations of the prohibition;
b) Establishing a drug-free awareness program to inform employees about all of the following:
1) The dangers of drug abuse in the workplace;
2) The person’s or organization’s policy of maintaining a drug-free workplace;
3) The availability of drug counseling, rehabilitation and employee-assistance programs; and
4) The penalties that may be imposed upon employees for drug abuse violations;
c) Requiring that each employee engaged in the performance of the contract/agreement or grant be given a copy
of the statement required by subdivision (a) and that, as a condition of employment on the contract/agreement
or grant, the employee agrees to abide by the terms of the statement.
I, the undersigned, agree to fulfill the terms and requirements of Government Code 8355 listed above and will (a)
publish a statement notifying employees concerning the prohibition of controlled substance at the workplace, (b)
establish a drug-free awareness program, and (c) require each employee engaged in the performance of the
agreement be given a copy of the statement required by 8355(a) and require such employee agree to abide by the
terms of that statement.
I also understand that if the DISTRICT determines that I have either (a) made a false certification herein, or (b)
violated this certification by failing to carry out the requirements of Government Code 8355, that the
contract/agreement awarded herein is subject to termination, suspension of payments, or both. I further understand
that, should I violate the terms of the Drug-Free Workplace Act of 1990, I may be subject to debarment in accordance
with the requirements of Government Code 8350 et. seq.
I acknowledge that I am aware of the provisions of Government Code 8350 et. seq. and hereby certify that I will
adhere to the requirements of the Drug-Free Workplace Act of 1990.
CONTRACTOR SIGNATURE DATE
33
BID NO. TRA-097-06-22-629
CERTIFICATE REGARDING
ALCOHOLIC BEVERAGE AND TOBACCO-FREE CAMPUS POLICY
SPED HOME-TO-SPED HOME TO SCHOOL
TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
The CONTRACTOR agrees that it will abide by and implement the DISTRICT’s
Alcoholic Beverage and Tobacco-Free Campus Policy, which prohibits the use of
alcoholic beverages and tobacco products, at any time, on DISTRICT-owned or leased
buildings, on DISTRICT property and in DISTRICT vehicles. The CONTRACTOR
shall procure signs stating “ALCOHOLIC BEVERAGE AND TOBACCO USE IS
PROHIBITED” and shall ensure that these signs are prominently displayed in all
entrances to school property at all times.
DATE:
CONTRACTOR
By:
Signature
34
BID NO. TRA-097-06-22-629
FINGERPRINT CERTIFICATION
OAK GROVE SCHOOL DISTRICT
6578 SANTA TERESA BLVD., SAN JOSE, CA 95119
Phone: (408-227-8300 EXT 100336, FAX 408-227-2719
AFFIDAVIT OF COMPLIANCE WITH EDUCATION CODE 45125.1
Education Code 45125.1 in relevant part provides:
A. If the employees of an entity which has a contract with the school district have more than limited contact
with students as defined by the school district, those employees must have their fingerprints submitted to
the Department of Justice.
B. The Department of Justice shall determine whether the individuals have been arrested or convicted of a
crime and notify the employer of criminal history.
C. An entity with a school district contract shall not permit an employee to come in contact with pupils until
the Department of Justice ascertains that the employee has not been convicted of a felony as defined in
Education Code 45122.1.
D. The entity must certify that none of its employees who may come in contact with pupils have been
convicted of a felony as defined in Education Code 45125.1.
E. The entity must provide a list of names of employees who may come in contact with pupils.
More than limited contact as defined by Oak Grove School District:
In determining that a contract employee has more than limited contact with pupils, the District considers the
following circumstances:
A. The Contractor will be on school grounds for more than a limited length of time, or on numerous occasions.
B. Pupils will be in proximity to the site where the Contractor will be working.
C. The Contractor will be working by themselves, without other school employee’s supervision.
Please check one:
I certify that my employees or I will not have more than limited contact with pupils during terms of the
Agreement.
I certify that my employees or I will have more than limited contact with pupils during terms of the
Agreement and that:
A. Each employee who may have contact with pupils has been fingerprinted;
B. The Department of Justice has provided a report on the criminal background of each employee;
C. No employee who may come in contact with pupils has been convicted of a crimes as defined in
Education Code 45122.1;
D. Attached is a list of the names of each employee who may come in contact with pupils;
Any changes to the above information will be forwarded to the District immediately.
ACCEPTED BY: Date: Title:
BID NO. TRA-097-06-22-629 35
COVID-19 VACCINATION/TESTING STATUS CERTIFICATION
SPED HOME-TO-SPED HOME TO SCHOOL
TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
Contractor:
The California Department of Public Health (“CDPH”) requires, pursuant to its August 11, 2021,
Order (“Order”), that all public and private schools serving students in transitional kindergarten
through grade twelve must verify the vaccine status of all TK-12 school workers, effective October
15, 2021. Further, pursuant to the Order, Oak Grove School District (“District”) is required
to verify that all workers are either fully vaccinated or undergo weekly diagnostic testing. This Order
applies to Contractor and to Contractor’s employees/contractors, whether paid or unpaid, providing
services to District under the Agreement (“Contractor’s Personnel”).
In light of these CDPH requirements, Contractor certifies that it has verified that Contractor’s
Personnel as of the date hereof:
Have all been fully vaccinated in accordance with the Order. Contractor’s personnel
have provided Contractor with proof of vaccination from a permissible source listed
in the Order.
Have not all been fully vaccinated, but those who are unvaccinated or not fully
vaccinated either (a) will not be providing services to District students or on District
property or (b) will undergo weekly diagnostic testing in accordance with the CDPH
Order.
The duty to verify vaccination status is an ongoing duty for the entire Term of the Agreement
and as new employees are on boarded, unless and until the Order is rescinded, expires by its
terms, or is replaced with other guidance. Contractor shall immediately notify District if any of
Contractor’s Personnel, whether vaccinated or not, test positive of COVID-19 and shall immediately
remove such individual from their job duties or any contact with District students or property.
Contractor shall at all times remain in compliance with all current District policies and procedures
associated with COVID-19 safety.
Records of vaccination verification and testing results will be made available upon District’s request
Or that of the County Health Officer for purposes of case investigation.
CERTIFICATION
I am a duly authorized representative of the Contractor and I am familiar with the facts herein
certified, and am authorized and qualified to execute this certificate on behalf of Contractor.
By signing below, I under penalty of perjury that the information contained on this certification
form is accurate.
Date:
Contractor:
Signature:
Print Name:
Title:
BID NO. TRA-097-06-22-629 36
REFERENCES
SPED HOME-TO-SPED HOME TO SCHOOL
TRANSPORTATION SERVICES
BID NO. TRA-097-06-22-629
List three (3) of the largest contracts with school districts in California within the last three (3) years.
Name of District/Company:
Contact Person:
Address:
Telephone Number:
Description of Service:
Contract Price:
Dates:
Name of District/Company:
Contact Person:
Address:
Telephone Number:
Description of Service:
Contract Price:
Dates:
Name of District/Company:
Contact Person:
Address:
Telephone Number:
Description of Service:
Contract Price:
Dates: