INVITATION FOR BIDS DRIVER EDUCATION SERVICES GUILFORD COUNTY SCHOOLS MAY, 2017 BID # Guilford County Schools Greensboro, North Carolina

Similar documents
INVITATION FOR BIDS DRIVER EDUCATION SERVICES GUILFORD COUNTY SCHOOLS MAY, 2012 BID # Guilford County Schools Greensboro, North Carolina

GUILFORD COUNTY SCHOOLS Invitation for Bids

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP #

Request for Proposal # Postage Meter Lease & Maintenance Service

Request for Proposal # Executive Recruitment Services

Champaign Park District: Request for Bids for Playground Surfacing Mulch

GREENVILLE UTILITIES COMMISSION

Proposal No:

GREENVILLE UTILITIES COMMISSION Greenville, North Carolina REQUEST FOR QUALIFICATIONS. Construction Manager at Risk (CMR) Services

Request For Proposals. For Copier. For GREENVILLE UTILITIES COMMISSION

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

RFP GENERAL TERMS AND CONDITIONS

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

DRAFT GOOD FAITH EFFORT BOARD OF EDUCATION (BOE) POLICY REVISED GOOD FAITH EFFORT BID FORMS

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

GUILFORD COUNTY SCHOOLS RFP # 5651 Request For Proposal to provide Occupational Therapy Services

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

GUILFORD COUNTY SCHOOLS RFP # 5781 Request For Proposal to provide Nursing/Nursing Assistant Services (CNA)

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

GUILFORD COUNTY SCHOOLS RFP # 5645 Request for Proposal to Provide Language Facilitation Services

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

BLUFORD STEM ACADEMY HVAC Replacement Cafeteria/Kitchen Project ADDENDUM NO. 2

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

REQUESTS FOR PROPOSALS

Housing Authority of the Borough of Keansburg

PROPOSAL LIQUID CALCIUM CHLORIDE

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA

Charlotte-Mecklenburg Schools Capital Program Services. Request for Qualifications Architectural Design Services

INFORMATION FOR BID. Tee Shirts (School Nutrition)

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

Request for Proposal Automobile Driver Education Services RFP #

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

GUILFORD COUNTY SCHOOLS Invitation for Bids

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

PLEASANTVILLE HOUSING AUTHORITY

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

GUADALUPE COUNTY INVITATION FOR BIDS FLEXIBLE BASE MATERIALS AND ASPHALTIC MATERIALS BID OPENING DATE: 2 PM TUESDAY, DECEMBER 14, 2010

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

REQUEST FOR PROPOSALS for UNDERWRITING SERVICES PROPOSED GENERAL OBLIGATION BOND ISSUE, SERIES OF 2015 RFP # 2014/15-04

St. George CCSD #258

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

SERVICE AGREEMENT CONTRACT NO.

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

Request for Proposal # Scrap Metal, White Goods, & Lead Acid Batteries

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

REQUEST FOR SEALED PROPOSALS

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

REQUEST FOR QUALIFICATIONS

NORTH CAROLINA CENTRAL UNIVERSITY

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

Environmental Management Dept. ph: U.S. Highway 421 North fax:

W I T N E S S E T H:

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

REQUEST FOR QUOTATION

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

Request for Proposal Data Network Cabling

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE. I Application 1. II Minority Business Enterprise Goals 1. III Subcontractor Payment Requirements 2

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

SOMERSET COUNTY INSURANCE COMMISSION

Proposal No:

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

BID DOCUMENTS FOR. WTP VFD Replacement Bid

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

COUNTY OF COLE JEFFERSON CITY, MISSOURI

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

HSU Reddie Grill Renovation OFFICIAL BID SHEET

Transcription:

INVITATION FOR BIDS GUILFORD COUNTY SCHOOLS MAY, 2017 BID # 5939 Guilford County Schools Greensboro, North Carolina Page 1 of 14

MAY 2017 Sealed bids will be received by Guilford County Schools (GCS) until 10:00am on Wednesday, May 10, 2017, in Room 100, Guilford County Schools, 501 West Washington Street, Greensboro, NC 27401, and immediately thereafter publicly opened and read, for furnishing Driver Education Services for the district. A copy of the Form of Proposal, including the Specified Terms and Conditions for Driver Education Services, may be obtained by logging onto the GCS website at www.gcsnc.com, and selecting the District Tab, Departments, Purchasing, Bid Solicitations. The deadline for accepting and responding to questions is May 3, 2017 at 4:00 PM EDT Please submit written questions to Leigh Hebbard; hebbardl@gcsnc.com All qualified bids will be evaluated and acceptance made of the lowest responsive, responsible bid. Evaluation will include, but not necessarily be limited to, the bidders qualifications, references, experience, financial standing, labor supply, and bid price. Minority businesses are encouraged to submit bids for this service. The appropriate forms from the section entitled Minority and Women Owned Business (MWBE) Program must be submitted with each bid to show good faith efforts to obtain MWBE participation The Board of Education awards public contracts without regard to race, religion, color, creed, national origin, sex, age or handicapped condition as defined by North Carolina General Statutes, Section 168A-3. GCS reserves the right to accept or reject any or all bids presented, and the right to waive any informalities or irregularities. GUILFORD COUNTY SCHOOLS Donald Reid Purchasing Officer Page 2 of 14

MAY 2017 FORM OF PROPOSAL DRIVER EDUCATION SERVICE The undersigned, as Bidder, hereby declares that the only person or persons interested in this bid as principals is or are named herein and that no other person than herein mentioned has any interest in the bid or in the contract to be entered into; that this bid is made without connection with any other person, company or parties making a bid or proposal; and that it is in all respects fair and in good faith without collusion or fraud. The Bidder further declares that he has examined the Specified Terms and Conditions For Driver Education Service Agreement, dated APRIL, 2017, and has read all special provisions furnished prior to the opening of bids; and that he has satisfied him or herself relative to the services to be performed. All bids shall be subject to the attached Specified Terms and Conditions. The Bidder proposes and agrees if this bid is accepted to contract with the GCS, in the form of contract specified, to furnish all necessary materials, equipment, required insurance, transportation, labor and supervision for the Term of the Contract, for the amount per pupil as entered on the following pages: Respectfully submitted this day of 20 By: Above Signature printed or typed Title: ATTEST: By: (CORPORATE SEAL) (if applicable) Title: (Corp. Sec. or Ass't Sec. only) Street Address or PO Box No. City, State, Zip Code City Privilege License No. Telephone Number Federal Social Security I.D. No. NC Sales & Use Tax Registration No. Bidder Name Page 3 of 14

MAY 2017 MEMBERSHIP INFORMATION School Name 9 th Grade Membership 1 st Month 2017-18 Andrews High School 179 Bennett Middle College 33 Dudley High School 378 Early College at Guilford 53 Eastern High School 369 Grimsley High School 464 GTCC Middle College East (GSO) 27 GTCC Middle College High Point 23 GTCC Middle College Jamestown 43 High Point Central High School 410 Academy at High Point Central 32 Academy at Smith 48 NC A&T Middle College 30 Northeast High School 288 Northern High School 354 Northwest High School 545 Page High School 5 Penn-Griffin School of the Arts 32 Ragsdale High School 420 Smith High School 353 Southeast High School 359 Southern High School 291 Southwest High School 426 STEM Early College @ NC A&T 40 UNCG Early/Middle College 55 Weaver Academy 76 Western High School 325 Greensboro College Middle College 32 Doris Henderson Newcomers School 85 Joyner-Green Education Center 15 Haynes Inman Education Center 5 TOTAL 6301 BID PRICES: $ /per pupil cost for Classroom Instruction. $ /per pupil cost for Behind-the-Wheel Training. $ /per pupil cost for combined Classroom and Behindthe-Wheel Training. Company Name and Signature of authorized representative Page 4 of 14

SPECIFIED TERMS AND CONDITIONS FOR DRIVER EDUCATION SERVICE AGREEMENT SCOPE This describes the terms and conditions for a driver education service, as defined herein, for GCS. It shall be understood and agreed that the Chief Financial Officer, or designee, for GCS shall be the authorized contact to execute any contract awarded on behalf of the GCS. 1. TERM OF CONTRACT This agreement shall be for the period beginning on July 1, 2017, and ending June 30, 2018, with the option to renew for up to four (4) additional twelve (12) month periods if satisfactory to both parties. Award of the initial contract will be exercised subject to the availability of funding by GCS. Award of any subsequent renewals will be exercised subject to the availability of funding by GCS and satisfactory performance by the contractor. The price (Bid) submitted by the contractor shall remain firm for 12 months. There shall be an automatic increase of 2% each year thereafter that the option to renew is exercised. 2. BIDDER QUALIFICATIONS Bidders must be licensed by the Division of Motor Vehicles (DMV) as a commercial driving school pursuant to G.S.20-320 et. seq.; or an individual not licensed as a commercial driving school by the DMV if he or she is certified by the State Board of Education in driver education or holds non-certified instructor status. Only bids from companies experienced in performing this type service and qualified to handle accounts of this size will be considered. Prior to award, the GCS reserves the right to investigate a bidder's ability to fulfill the requirements of the contract. These requirements include, but are not be limited to the following: vehicle listings, instructor driving records, safety records, five (5) years of financial statements and/or tax returns and a minimum of three (3) references. Approximately 6,301 Guilford County Schools (GCS) students will be eligible for the driver education program. These students are located at 27 GCS High School campuses. In addition to students enrolled in GCS, the state of North Carolina allots funding to GCS for all eligible students (first-time 9 th grade) in Guilford County, including those attending private and charter schools. Because GCS does not have easy access to these enrollment numbers, the total number of eligible students may exceed 6,301. The expected number of students to be served is also likely to fluctuate, either up or down, due to changes in enrollment. The contractor will be expected to fully serve the total number of students, regardless of the number. GCS makes no guarantees of the actual number of students to be served. Additionally, it should be noted that internal proposals from school district staff may be submitted and also considered in lieu of or in addition to any independent contractor. Page 5 of 14

May 2017 3. DESCRIPTION OF THE SERVICE The contractor agrees to provide Driver Education to eligible enrolled students, covered by this agreement, to be taught pursuant to the provisions of the Motor Vehicle Laws of North Carolina, article 14, General Statutes Section 20-322 through 20-324, consisting of thirty (30) hours of classroom education and six (6) hours behindthe-wheel training. The contractor shall provide Driver Education in accordance with the State Board of Education policy stating that students shall not be instructed during the regular school day. The curriculum plan adopted by the contractor shall be the State Department of Public Instruction's Curriculum or its equivalent. The contractor shall provide the same curriculum and program for Special Education students who are enrolled in the program. Special students, defined as those needing additional equipment and/or modification of the prescribed course, shall be identified before enrollment by the contractor, and shall be afforded reasonable accommodations to permit instruction as required by law. The contractor shall always have a minimum of two (2) students in the vehicle at all times when the sex of the student is different from that of the instructor. Each driver/instructor shall submit a history of residence, which lists all addresses the candidate has lived at over the past ten (10) years. This history must be dated and signed by the candidate and be submitted with the candidate s application. Prior to final appointment of a driver, the contractor shall present to the GCS Director of Athletics and Student Activities original criminal records bearing the county seal from each jurisdiction (county) in which the driver(s) has resided for the immediate past ten (10) years. The GCS shall not incur any expense involved in obtaining a criminal history check. 4. EQUIPMENT The contractor shall provide dual brakes, automatic transmission automobiles, approved by the DMV, at the contractor's expense, including but not limited to, expenses of equipment, insurance, gasoline, oil and maintenance. All vehicles utilized under this agreement shall comply with all requirements of the DMV. The contractor shall provide to GCS, documentation indicating that the vehicles used in the performance of the agreement shall be approved by the DMV, if requested to do so. All vehicles used under this agreement shall be inspected for safety at least once every semester, at the contractor's expense, by a qualified mechanic. An inspection log must be maintained for each vehicle showing all data pertinent to each inspection, and GCS will be provided with a copy of said maintenance log at any time, upon request. GCS may, at its own expense, inspect each vehicle at any time for compliance with vehicle equipment requirements. 5. MONITORING INSTRUCTION The contractor shall allow an authorized representative of GCS to monitor, at reasonable times and places, instruction given in each classroom and vehicle utilized pursuant to this agreement. 6. TEXTBOOKS AND MATERIALS GCS agrees to provide all textbooks and materials necessary for curriculum and program to all eligible enrolled students except blank paper, pen and/or pencil. Any damage to textbooks and materials shall be paid for by the responsible student before receiving their North Carolina Driver Education Certificate. The contractor shall collect and receipt such damages and turn over money and receipts to GCS's designee. Page 6 of 14

May 2017 7. COMPLIANCE WITH OTHER REQUIREMENTS The contractor must comply with all applicable requirements of the DMV. In addition, the contractor shall meet the requirements set out in subsection (a), (b) and (c) of Section.0500 of the DMV Regulation and shall utilize only those instructors who are certified and/or awarded their non-certified instructor status by the DMV and who, to the satisfaction of the GCS and the contractor, are competent to train students. Any instructor deemed by GCS as not competent to train students shall be replaced by the contractor. This information will be maintained by the contractor and copies provided to the system. 8. AFFIRMATIVE ACTION The contractor shall comply in all respects with all Federal and State requirements concerning fair employment and the treatment of all employees, and specifically shall refrain from discrimination by race, age, color, religion, sex, national origin or handicapped. 9. INSURANCE During the term of the contract, the contractor at its sole expense will provide commercial insurance of such type as described below. All carriers must be licensed in the State of North Carolina, and rated A- or better through A.M. Best Company. As a minimum, the contractor shall provide and maintain the following coverage and limits: Commercial General Liability Automobile General Liability Coverage on a Comprehensive Broad Form on an occurrence basis, insuring against any and all claims related to this agreement and to the limits of these policies, in the minimum amount of $1,000,000.00 Combined Single Limit. (Defense cost shall be in excess of the limit of liability.) Certificate must state, no exclusion for sexual misconduct. Automobile Liability Insurance, covering all owned, hired and non-owned vehicles, used in connection with the contract. The minimum combined single limit shall be $ 1,000,000.00. Minimum bodily injury and property damage; and uninsured/under insured motorist; $ 1,000,000.00. Minimum medical payment $2,500.00. Worker's Compensation Insurance The contractor shall provide and maintain Worker s Compensation Insurance, as required by the laws of North Carolina, as well as employer s liability coverage with minimum limits of $500,000; This insurance must cover all of the contractor s employees who are engaged in any work under the contract within North Carolina. If any work is subcontracted, the contractor shall require the subcontractor to provide the same coverage for any of its employees engaged in any work under the contract. Certificates of Insurance Each contractor must furnish GCS certificates of insurance showing that the required insurance coverages and limits are carried by the contractor. The certificate of insurance must list GCS as an additional insured. All insurance carriers shall be licensed to do business in North Carolina or approved to issue insurance coverage by the Commissioner of Insurance of North Carolina. The certificate of insurance must include substantially the following provision: The insurance policies to Page 7 of 14

May 2017 which this certificate refers must provide a waiver of subrogation in favor of GCS in the general liability, automobile, and workers compensation. The insurance policies to which the certificate refers should not be altered or canceled until thirty (30) days written notice of such cancellation or alteration has been sent by certified mail to GCS. GCS reserves the right to reject any carrier of insurance shown in the certificate of insurance by the contractor on the grounds of poor claim service or financial responsibility. The insurance coverage limits stated above will supersede any requirements in the attached Terms and Conditions which may have lower coverage thresholds. 10. MINORITY AND WOMEN OWNED BUSINESS (MWBE) PROGRAM Guilford County Schools Board of Education promotes full and equal access to business opportunities with Guilford County Schools (GCS). Minority and women owned businesses as well as other responsible vendors shall have a fair and reasonable opportunity to participate in GCS business opportunities. Prime suppliers (i.e., those who deal directly with GCS) should support GCS MWBE Program by making an effort to engage minority and women owned businesses as subcontractors for goods and services to the extent available. GCS has a goal of 10% participation. The proposal should address efforts to meet the goal. If there are additional questions, please contact Donald Reid, at 336-643-3238 or email reidd@gcsnc.com. MWBE ATTACHMENTS TO THE BID: PLEASE REFER TO THE ATTACHMENTS REGARDING MINORITY PARTICIPATION GOALS: These forms should be completed and returned with your bid. ATTACHMENT I ATTACHMENT II AFFIDAVIT B MWBE FORM-SECTION II. COORDINATION The contractor will take responsibility for scheduling students, conducting parent orientation, issuing completion certificates, coordinating with the contact person at each school site and for both cooperating fully with one another on all issues with regard to the instruction being given to the eligible enrolled students. This coordination will include but not be limited to periodic meetings, prior to the scheduling of the students, between a representative of the contractor and a representative of GCS to determine student scheduling agreeable to both the contractor and GCS. 12. INDEPENDENT CONTRACTOR The contractor, in the performance of this agreement, must be and act as an independent contractor and its officers, employees and agents shall not be considered officers, employees or agents of GCS. As such, the contractor agrees to provide all manpower necessary to fully perform all aspects of the Driver Education Program. This will include, but not be limited to, clerical assistance, instructors and coordinators. 13. ASSIGNMENTS The obligations of the contractor under this agreement are not assignable (may not be sub-contracted) by the contractor, either in whole or in part, without the prior written consent of GCS. If GCS approves a subcontractor, a certificate of insurance must be obtained from the subcontractor and must meet all the same requirements and limits as that of the contractor. Page 8 of 14

May 2017 14. SCHEDULING OF ELIGIBLE ENROLLED STUDENTS The scheduling of eligible enrolled students by the contractor and GCS for thirty (30) hours of class and six (6) hours of behind-the-wheel training per student shall be offered by the contractor at times agreeable to the contractor and GCS. The behind-the-wheel times may include but are not limited to after school until 9:00 p.m., Saturdays from 8:00 a.m. to 8:00 p.m., before the regularly scheduled school day and any other times agreeable to the contractor, GCS and the students. The driving time is not to exceed two (2) hours in any one day for any student. 15. ACCIDENT REPORTS In the event there is an accident involving a student enrolled in this program, or a car operated by the contractor while performing the obligations under this agreement, the contractor shall report said accident immediately to the school principal and to the GCS Director of Athletics and Student Activities. A written report shall be filed with GCS within five (5) school days. 16. PAYMENT The contractor should provide an itemized invoice to GCS for services rendered on a monthly basis. GCS Payment Terms are Net 30. Each invoice shall list the names of students who completed the course during that month. The contractor is responsible for submitting invoices in a timely manner. 17. CLASS SIZE Vehicle instruction - Minimum of two (2) students; Maximum of four (4) students. For school sites having fewer than 20 total students enrolled in the Driver Education program, GCS is willing to negotiate payment in addition to the per-pupil allowance to compensate the contractor for the low enrollment. The contractor is expected to coordinate with GCS to avoid classes with fewer than 20 students. 18. LEASING OF CLASSROOMS The contractor may lease classrooms from GCS for a fee of $1.00 during the term of this agreement. The contractor agrees to keep the classroom neat and orderly at all times. 19. STUDENTS FAILING COURSE Any student failing the Driver Education Program may not be permitted to enroll again. The contractor is responsible for forewarning students and their parents and for monitoring this policy. 20. INSTRUCTOR QUALIFICATIONS The qualifications of the instructors hired/maintained are to be consistent with the qualifications listed in Statutory Authority Sections 20-88.1 and 5C-215 and 216 of the General Statutes of North Carolina. Further, instructors must perform their duties in such a fashion as to provide positive role models for the students enrolled. Instructors in both the classroom and the behind-the-wheel instruction shall be mutually agreeable to GCS and the contractor. 21. PROFICIENCY TEST The contractor is solely responsible, if proficiency test is approved, for scheduling and administrating a Division/Department of Public Instruction proficiency examination to students that request to take it. Students who take this test and complete it successfully are waived from taking the classroom instruction. These students must still take a minimum of six (6) hours behind-the-wheel instruction. Page 9 of 14

May 2017 22. TERMINATION OF AGREEMENT FOR DEFAULT Either party may terminate this agreement upon sixty (60) days written notice to the other; provided however whenever the party seeking to terminate has previously given the other party sixty (60) days written notice of the alleged default in the performance of any required obligations under this agreement and such default has not been cured, either party may terminate upon only thirty (30) days written notice. Provided, however, this agreement shall automatically terminate in the event of revocation of the license of contractor which is required by G.S. 20-320 et. seq. The contractor may be terminated from contract immediately for cause of misconduct. GCS may cancel the contract and seek to procure the same service from the next lowest bidder for this contract. The contractor may be held responsible for any excess cost occasioned thereby. 23. SOLICITATION OF ADDITIONAL BEHIND-THE-WHEEL DRIVER EDUCATION The contractor agrees not to solicit students and/or relatives of students to enroll in or purchase behind-the-wheel driver education services or any services or products other than those provided for by this agreement. 24. ADMINISTRATIVE CODE Whenever amendments are made to Title 16 of the North Carolina Administrative Code, both GCS and the contractor are responsible for implementing any modifications in the program necessary to implement these changes. 25. TRANSPORTING STUDENTS The contractor is not required to transport student(s) to class nor from class to their home. 26. PAPERWORK The contractor is solely responsible for turning in all local and state required paperwork in a timely fashion with a copy of all reports to GCS. 27. ADVERTISING In submitting this proposal, bidder agrees not to use the results therefrom as a part of any commercial advertising without prior approval of GCS. 28. INDEMNIFICATION To the fullest extent permitted by law, the contractor shall indemnify and hold harmless GCS, and the agents, consultants, and employees of GCS, from and against all claims, damages, losses and expenses, including, but not limited to, attorneys' fees, arising out of or resulting from the performance or failure of performance of the contractor, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property including the loss of use resulting therefrom, and (2) is caused in whole or in part by any negligent act or omission of the contractor, the contractor's subcontractor, or the agents of either the contractor of the contractor's sub-contractor. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party of person described in this Item. Page 10 of 14

May 2017 29. FUNDING OF PROGRAM At the time of issuance of this solicitation, Guilford County Schools has budgeted for the GCS Driver Education program to be fully funded by the district. However, In accordance with House Bill 200, Appropriations Act of 20, Session Law 20-145, state funding for driver education includes a provision that the local boards of education may charge a fee of up to $45.00 to students for driver education. If, at any time, the GCS Board of Education (BOE) should choose to implement a fee of any amount to students for driver education, the contractor will collect student fees on behalf of GCS. The terms of this collection process would be negotiated by GCS and the contractor. 30. Iran Divestment Act Certification. By acceptance of this contract, Vendor certifies that: As of the date of this document, (i) Vendor is not listed on the Final Divestment List created by the State Treasurer pursuant to N.C.G.S. 143C-6A-4 (the Final Divestment List ), and (ii)vendor will not utilize any subcontractor performing work under this Agreement which is listed on the Final Divestment List. The Final Divestment List can be found on the State Treasurer s website at the address www.nctreasurer.com/iran Page of 14

Requisition/ Purchase Order/Invoice Number (circle one): RFP Number (if applicable): Name of Vendor or Bidder: IRAN DIVESTMENT ACT CERTIFICATION REQUIRED BY N.C.G.S. 143C-6A-5(a) As of the date listed below, the vendor or bidder listed above is not listed on the Final Divestment List created by the State Treasurer pursuant to N.C.G.S. 143-6A-4. The undersigned hereby certifies that he or she is authorized by the vendor or bidder listed above to make the foregoing statement. Signature Date Printed Name Title Notes to persons signing this form: N.C.G.S. 143C-6A-5(a) requires this certification for bids or contracts with the State of North Carolina, a North Carolina local government, or any other political subdivision of the State of North Carolina. The certification is required at the following times: When a bid is submitted When a contract is entered in to (if the certification was not already made when the vendor made its bid) When a contract is renewed or assigned N.C.G.S. 143C-6A-5(b) requires that contractors with the State, a North Carolina local government, or any other political subdivision of the State of North Carolina must not utilize any subcontractor found on the State Treasurer s Final Divestment List. The State Treasurer s Final Divestment List can be found on the State Treasurer s website at the address www.nctreasurer.com/iran and will be updated every 180 days Iran Divestment Certification Page 12 of 14 00 45 46 02 Page 1

REQUEST FOR BID Driver Education Bid # 5939 Attachment I AFFIDAVIT B Intent to Perform Contract with Own Workforce County of Affidavit of (Name of Bidder) I hereby certify that it is our intent to perform 100% of the work required for the (Name of Project) contract. In making this certification, the Bidder states that the Bidder does not customarily subcontract elements of this type project, and normally performs and has the capability to perform and will perform all elements of the work on this project with his/her own current work forces; and The Bidder agrees to provide any additional information or documentation requested by the owner in support of the above statement. The undersigned hereby certifies that he or she has read this certification and is authorized to bind the Bidder to the commitments herein contained. Date: Name of Authorized Officer: Signature: SEAL Title: State of North Carolina, County of _ Subscribed and sworn to before me this day of 20 Notary Public My commission expires Page 13 of 14

Attachment II GUILFORD COUNTY SCHOOLS REQUEST FOR BID DRIVER EDUCATION Bid # 5939 Section II - Portion of the Work to be Performed by Minority Firms I will expend a minimum of % of the total dollar amount of the contract with MWBE. MWBE will be employed as construction subcontractors, vendors, suppliers or providers of professional services. Such work will be subcontracted to the following firms listed below. (Attach additional sheets if necessary) Name and Phone Number *MWBE Category Work description Dollar Value *MWBE categories: Black, African American (B), Hispanic (H), Asian American (A) American Indian (I), Female (F) Socially and Economically Disadvantaged (D) Pursuant to GS143-128.2(d), the undersigned will enter into a formal agreement with MWBE for work listed in this schedule conditional upon execution of a contract with the Owner. Failure to fulfill this commitment may constitute a breach of the contract. The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind the bidder to the commitment herein set forth. Date: Name of Authorized Officer: Signature: Page 14 of 14