Francis Howell School District Transportation Request for Proposals Employee Medical Exams and Drug and Alcohol Screening

Similar documents
Request for Proposal: NETWORK FIREWALL

Request for Proposal: Alton Middle School NETWORK CABLING

Request for Proposal: Wireless Access Points

Request for Proposals

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

City of Malibu Request for Proposal

REQUEST FOR PROPOSAL INFORMATION SECURITY CONSULTANT FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2013-P03

Multi-Purpose Paper Bid No. PR10-B14

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. ScanPro Microfilm Scanner

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

CITY OF TYLER Tyler Pounds Regional Airport 700 Skyway Blvd., Suite 201 Tyler, Texas

OUTAGAMIE COUNTY REGIONAL AIRPORT REQUEST FOR PROPOSAL FOR MULTI POSITION CUPPING SNOW PLOW. DUE BY: March 16, 2015

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

All proposals must be received by August 30, 2016 at 2:00 PM EST

REQUEST FOR BID SCHICK 33 SIZE 1 AND SIZE 2 DIGITAL SENSORS FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B01

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR CISCO SMARTNET SERVICE AGREEMENTS FOR MIS DEPARTMENT

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

LEGAL NOTICE Request for Proposal for Services

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

ILLINOISVALLEY COMMUNITY COLLEGE

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

REQUEST FOR PROPOSAL

SPECIAL ADMINISTRATIVE BOARD OF THE TRANSITIONAL SCHOOL DISTRICT OF THE CITY OF ST. LOUIS RFQ #:

State Universities Retirement System

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

TEXAS DEPARTMENT OF TRANSPORTATION INSPECT, SAMPLE, AND TEST FOR ASBESTOS CONTAINING MATERIAL AND MONITOR ABATEMENT PROJECTS PUBLICATION

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) Pole Testing and Pole Inventory

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

OWENS STATE COMMUNITY COLLEGE COMMERCIAL REALTOR SERVICES REQUEST FOR PROPOSALS

Disadvantaged Business Enterprise Supportive Services Program

Gasconade Co. R-I School District REQUEST FOR PROPOSAL. Annual Audit Services

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL

December 1, CTNext 865 Brook St., Rocky Hill, CT tel: web: ctnext.com

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

Request for Proposals. For RFP # 2011-OOC-KDA-00

Navajo Division of Transportation

Emergency Medical Services Training Equipment PR-10-B05

REQUEST FOR PROPOSAL PSYCHIATRIC SERVICES. For Cayuga Addiction Recovery Services Residential Rehabilitation Unit

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

Request for Proposal

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

Request for Proposal PROFESSIONAL AUDIT SERVICES

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

BELTON INDEPENDENT SCHOOL DISTRICT

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

Grant Seeking Grant Writing And Lobbying Services

REQUEST FOR PROPOSAL MARKETING PLAN FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2015-P05

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

INVITATION TO BID (Request for Proposal)

2900 Mulberry Ave Muscatine, Iowa (563) Request for Proposal (RFP) Professional Architecture / Engineering Services

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

Arizona Department of Education

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

Londonderry Finance Department

FORM A-2 FINANCIAL PROPOSAL SUBMITTAL LETTER

REQUEST FOR PROPOSALS RFP# CAFTB

Agency of Record for Marketing and Advertising

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

REQUEST FOR PROPOSALS

REQUEST FOR BID PRINTING SUPPLIES FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2015-B02

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR TRACT BOOK SCANNING AND HOSTING FOR REGISTER OF DEEDS

Request for Proposals (RFP) Training and Education Campus Athletic Programs. RFP Release: April 23, 2018 Proposal Due Date: May 9, 2018

REQUEST FOR BID BOXLIGHT PROJECTOWRITE3 INTERACTIVE PROJECTORS and LAMPS4LIFE FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2013-B09

TOWN OF LISBON Office of the First Selectman 1 Newent Road Lisbon, Connecticut 06351

RFP & SPECIFICATIONS School Buses (3)

Dakota County Technical College. Pod 6 AHU Replacement

RESIDENT PHYSICIAN AGREEMENT THIS RESIDENT PHYSICIAN AGREEMENT (the Agreement ) is made by and between Wheaton Franciscan Inc., a Wisconsin nonprofit

Digital Copier Equipment and Service Program

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT #513 Bid # PR Purchasing Department 815 North Orlando Smith Road Oglesby, Illinois 61348

REQUEST FOR PROPOSAL FOR Network Penetration and Vulnerability Testing

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST)

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

REQUEST FOR PROPOSAL PORTABLE ADVANCED TRAINING SYSTEMS FOR THE MECHATRONICS CURRICULUM FOR ILLINOIS VALLEY COMMUNITY COLLEGE RFP # RFP2014-P03

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR RIGHT OF WAY RE MONUMENTATION SERVICES FOR HIGHWAY DEPARTMENT

Request for Proposals (RFP)

1) Project Management 2) Public Relation Services 3) Strategic Planning & Facilitation Services Solicited

REQUEST FOR PROPOSALS

Board of Regents State of Iowa. For CONSULTING SERVICES FOR A SEARCH TO IDENTIFY CANDIDATES FOR THE NEW PRESIDENT FOR THE UNIVERSITY OF NORTHERN IOWA

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Transcription:

Francis Howell School District Transportation Request for Proposals Employee Medical Exams and Drug and Alcohol Screening Proposals Due: March 8th, 2019 at 10:00 AM CT Issue Date: February 26th, 2019 Francis Howell School District (hereinafter District ) is seeking sealed Proposals from qualified firms for medical exams and drug and alcohol screening for school bus employees in the Transportation Department. The District is seeking to contract with a provider for three years with options for annual extensions. School bus drivers and attendants will be subject to biennial medical exams if under the age of 70 and annual exams if over the age of 70. Drug and alcohol screening services shall be compliant with DOT regulations for CDL drivers. The purpose of this RFP is to comply with District procurement policies and establish the District s requirements for these services. The District wishes to enter into a multi-year agreement with the vendor offering the most advantageous proposal based upon quality of services, pricing, and convenience of vendor s clinic locations to District employees. Vendors are encouraged to provide sufficient pricing details and explanation of services for consideration during the bid evaluation. 1. Prices submitted on this RFP must be guaranteed for at least 60 days. 2. The Vendor must submit a complete proposal in order to be considered. By responding to this RFP, the Vendor understands it is fully responsible to ensure the services are fully compliant state and federal laws applicable to licensed Missouri school bus drivers and attendants. 3. Two (2) copies of the Proposal shall be sealed, plainly marked with the Vendor s name and Transportation Employee Medical Exams and Drug and Alcohol Screening on the envelope, and delivered to the address below. Francis Howell School District Attn: Kevin Supple 4545 Central School Rd. St. Charles, MO 63304 4. Each copy of the proposal shall include the Vendor s legal name and indicate whether the Vendor is a sole proprietor, a partnership, a corporation or any other legal entity; a statement of financial status; and the signature of a vendor officer authorized to bind the Vendor to a contract. A proposal by a corporation shall further specify the state of incorporation and shall have the corporate seal affixed. A proposal submitted by an agent shall have a current Power of Attorney attached certifying the agent s authority to bind the Vendor. 5. Proposals must be received by 10:00 am, CT on March 8th, 2019. Electronic or facsimile proposals submitted in response to this RFP will not be considered or accepted. 6. Prior to the deadline, Proposals may be modified or withdrawn by written notice or in person by the Vendor or its authorized representative. Proper identification of all involved documents and individuals will be established and the RFP response will not be released by the District without a signed receipt. Medical Exams and Drug and Alcohol Screening RFP 1 FHSD

7. The information presented in the RFP is not to be construed as a commitment of any kind on the part of the District. There is no expressed or implied obligation for the District to reimburse responding firms for any expenses incurred in preparing Proposals in response to this request. 8. All Proposals must be submitted on the District forms contained in this RFP. Proposals submitted on forms other than the enclosed may be rejected. No alternate Proposals that significantly deviate from or modify the concept and ultimate objectives of this Proposal will be considered. Noncompliance with RFP specifications may disqualify Proposals from further consideration. 9. Any explanation or statement that the Vendor wishes to make must be contained with the Proposal but shall be written separately and independently of the Proposal proper and attached thereto. Unless the Vendor so indicates, it is understood that the Vendor has proposed in strict accordance with the RFP requirements. 10. The Vendor must promptly notify the District of any ambiguity, inconsistency or error discovered in the RFP. 11. In the event of a conflict between the Proposal and the RFP, the District shall resolve any inconsistency in favor of the RFP. Additionally, the District shall, in good faith, decide all inconsistencies and/or disputes pertaining to the RFP and the Proposal. The Vendor agrees to abide by the decisions of the District. 12. All Proposals shall be deemed final, conclusive and irrevocable and no Proposal shall be subject to correction or amendment for any error or miscalculation. No Proposal shall be withdrawn without the consent of the District after the scheduled closing time for the receipt of Proposals. 13. The District reserves the right to reject any or all Proposals and to waive informalities and minor irregularities in Proposals received. The District, in its sole discretion, will determine whether an irregularity is minor. 14. The Vendor is responsible for its own verification of all information provided to it. The Vendor must satisfy itself, upon examination of this RFP, as to the intent of the specifications. After the submission of the Proposal, no complaint or claim that there was any misunderstanding will be entertained. 15. No oral interpretation will be made to any Vendor as to the meaning of the RFP. Any oral communication will be considered unofficial and non-binding on the District. Unauthorized contact by the Vendor with other District employees or Board members regarding the RFP may result in disqualification. 16. Proposals may contain data that the Vendor does not want used or disclosed for any purpose other than evaluation of the Proposal. The use and disclosure of such data may be so restricted, provided the Vendor marks the cover sheet of the Proposal with the following legend: Technical data contained in this Proposal furnished in connection with the Request for Proposal of the Francis Howell School District shall not be used nor disclosed except for evaluation purposes, provided that, if a Contract (Purchase Order) is awarded to this Vendor as a result of or in connection with the submission of this Proposal, Francis Howell School District shall have the right to use or disclose technical data to substantiate the award of a Contract. 17. The above restriction does not limit the District s rights to use or disclose, without the Vendor s permission, any technical data obtained independently from another source. Proposals shall not contain any restrictive language different from the above legend. Proposals submitted with restrictive legends or statements which differ from the above will be treated under the terms of the above legend. The District assumes no liability for disclosure or use of unmarked technical data and may use or disclose the data for any purpose. Medical Exams and Drug and Alcohol Screening RFP 2 FHSD

18. The District reserves the right to split the award or to make multiple awards, and to make award on a part or portion of a proposal. Conditional proposals will not be accepted. 19. The District may award a contract or contracts based upon the initial Proposals received without discussion of such Proposals. Accordingly, each initial Proposal should be submitted with the most favorable price and service standpoint. 20. The District may, at its option, conduct interviews after receipt of the Proposal for the purpose of clarifying proposed specs, associated pricing, warranties, etc. 21. The Vendor shall not, under penalty of law and immediate disqualification of the Proposal, offer or give any gratuities, favors or anything of monetary value to an officer, employee, agent, or Board of Education member of the District for the purpose of influencing favorable disposition toward a submitted Proposal or for any reason while a Proposal is pending or during the evaluation process. 22. The Vendor must notify the District if any Conflict of Interest exists, actual or potential, between the Vendor s family, businesses, or financial interests and its services under this Proposal. 23. No Vendor shall engage in any activity or practice, by itself or with other Vendors, the result of which may be to restrict or eliminate competition or otherwise restrain trade. Violation of this instruction will result in immediate rejection of the Vendor s Proposal. 24. The District, in its discretion, may terminate the Agreement (Purchase Order) in whole or in part at any time, whenever it is determined that the successful Vendor has failed to comply with or breached one or more of the terms and conditions of the Agreement or specifications incorporated therein and the successful Vendor has failed to correct such failure or breach to the District's satisfaction within a period of 15 days after receiving written notice thereof from the District. In the event of the partial or total termination of the Agreement, it is hereby agreed that the District shall only be obligated to pay in accordance with the terms of the Agreement for materials and services, which have been accepted by the District. 25. The District may terminate the Agreement after the initial term without cause by notifying the successful Vendor in writing 60 days prior to the effective date of termination. The successful Vendor shall not incur new obligations after the effective date of termination and shall cancel as many outstanding obligations as possible. 26. In the event the Board of Education of the District fails to approve the appropriation of funds sufficient to provide for the District's obligations under the Agreement, or if the funds are not appropriated due to federal, state or local action, the District shall have the right to terminate the Agreement by providing written notice to the successful Vendor and the District will thereby be relieved from all further obligations under the Agreement. 27. The District may terminate the Agreement immediately without further cost or liability in the event of the occurrence of any of the following: insolvency of successful Vendor; liquidation or dissolution of successful Vendor; the institution of any voluntary or involuntary bankruptcy proceeding by or against the successful Vendor; assignment by successful Vendor for the benefit of creditors; or the appointment of a receiver or trustee to manage the property of the successful Vendor. 28. Initial Proposals may not be withdrawn for 60 calendar days from the due date for Proposals except with the express written consent of the District. If a Proposal is accepted as submitted, the negotiated final Agreement shall consist of the Agreement/PO, contract, this RFP, plus any addenda thereto, and the Vendor s Proposal. 29. In the event the Agreement initially awarded by the District is terminated for any reason within 90 days of the due date for Proposals, the District reserves the right to negotiate and accept any other submitted Proposal. Medical Exams and Drug and Alcohol Screening RFP 3 FHSD

30. The Vendor may, at the option of the District, be required to make product demonstrations for clarification purposes. In conducting these demonstrations, there shall be no disclosure of any information obtained from any competing Vendor. These demonstrations may be scheduled and held after receipt and evaluation of the Proposals. Refusal by a Vendor to honor the request for a product demonstration may result in disqualification. 31. Substitution of any services provided in response to the RFP must be approved in writing by the District to ensure overall quality of the substitution equals or exceeds mandated requirements. 32. The District is exempt from paying Use Tax, Retailers Occupational Tax, and Federal Excise Tax. It is the duty of the Vendor to pay all applicable taxes. 33. No right or duty of the Vendor under any agreement resulting from the RFP, in whole or in part may be assigned or delegated without prior written consent of the District. 34. The District shall not be responsible for any pre-agreement expenses of any Vendor, including the successful Vendor, incurred prior to the commencement of the Agreement. 35. All submitted Proposals become and remain District property. 36. Vendors shall not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex, or disability. 37. It is the purpose of this RFP to obtain as complete pricing as possible over a multi-year term. This will enable the District to determine which Vendor is best able to meet a long term commitment with the District. 38. By the act of submitting a Proposal, the Vendor represents: a. that it has read and understands these RFP documents; b. that it has familiarized itself with the conditions governing the proposed purchase; c. that the Proposal is based upon the requirements described in these RFP documents without exception (unless exceptions are clearly stated in the response); d. that the Vendor is a recognized provider of the products requested with a proven history of providing products and service in the industry; and e. The Vendor has financial information on file relative to ownership of the bidding concern. Evaluation Process It is the intent of the District to award a contract/ purchase order to the Vendor submitting the Proposal which best suits the needs of the District as determined by the District in its sole judgment after evaluation of submitted Proposals. After a recommendation for award has been made, the successful Vendor will be notified in writing and the appropriate documents will be prepared for commencement of services. The District may use the following Evaluation Criteria when evaluating proposals: Price of services (40%) Clinic locations (25%) On-line software tools used to collect and store results (20%) References (5%) Completeness of bid (10%) Medical Exams and Drug and Alcohol Screening RFP 4 FHSD

Critical Dates 02/26/2019 - RFP released to vendors 03/04/2019 Final questions due from vendors 03/06/2019 Responses issued to vendors 03/08/2019 - Proposals due by 10:00 AM CT 03/14/2019 - BOE Approval 05/01/2019 First possible day for Medical Exams and Drug Screening 05/22/2019 Scheduled Last day of school No Pre-Bid Meeting Vendors are encouraged to submit questions in writing for clarification to Jennifer.simpson@fhsdschools.org by 4:00PM on Monday, March 4 th. Invoicing and Payment Payments will commence upon completion of services and submittal of an accurate invoice. Payments over $7500 are authorized at Board of Education meetings, which are held on the third Thursday of each month. Invoices over $7500 must be submitted by the 1 st of each month in order to be paid at that month s Board meeting; otherwise, it will be submitted for approval at the following month s Board meeting. Payment invoices should be sent to: Francis Howell School District Accounts Payable 4545 Central School Road St. Charles, MO 63304 *** Remainder of Page Blank *** Medical Exams and Drug and Alcohol Screening RFP 5 FHSD

Scope of Services A. Medical Exam Specifications The vendor shall provide physical examinations in compliance with the instructions and standards on MO Department of Revenue Form 3056 for drivers and the Monitor Physical Examination Form for monitors, which shall include, but not be limited to following: Physical examination must be completed by licensed physician. Routine measurements and laboratory samples may be taken by a nurse or appropriately licensed technician. All results must be reviewed by a licensed physician with the physicians signature on the attached form Vision Test- Visual acuity with and without corrective lenses, noting color perception Hearing Test Health History- Positive responses should be discussed with applicant and described in the Comments portion of the appropriate form Existing Conditions Determine if existing condition(s) would disqualify driver from meeting physical requirements specified on Form 3056 Blood Pressure Urinalysis Test for sugar and albumin Lungs Note confirmed shortness of breath, audible wheezing or other condition(s) that would affect safe operation of a school bus Heart Stethoscopic examination Nose and Throat Note any evidence of disease or deformity likely to interfere with safe operation of a school bus Medical examiner must sign, date provide address, telephone number and medical license number as indicated on the medical examination form B. Initial Drug Screening for all designated Transportation staff Approximately 220 Staff Members All driving staff members with CDL will be required to undergo drug screening as new District Transportation Employees. Vendor must provide a local clinic within 15 miles of the bus lot that employees can drive to for initial screening services. These services should be available starting 5/24/2019. Vendor to provide clinic hours and days of operation. C. Random Drug and Alcohol Tests Francis Howell Transportation would be considered an individualized random testing consortium. This means only Francis Howell drivers would be in the program and testing percentages would be based on the number of staff (approximately 220). Consistency of testing - the number of tests required and to be spread out equally for each testing session or monthly if required. Better control Ability to raise or lower frequency and volume of testing as long as DOT minimum standards are met. Budget control. Volume of testing will allow for a more stable budget for testing purposes. Random testing will be conducted at the local clinic by DOT-qualified collection technicians. Vendor s staff must meet DOT training qualifications for both drug and alcohol collections. Vendor s alcohol devices must be on the Conforming Products List (CPL) of the National Highway Traffic Safety Administration (NHTSA) as required by DOT. Vendor s staff will follow protocol required for federal collections. Medical Exams and Drug and Alcohol Screening RFP 6 FHSD

The average on-site drug test should be completed in 8-10 minutes and an alcohol test in 6-8 minutes. Vendors should anticipate the following testing frequency and volume of testing. The annual level of random testing will be approximately 35% for drug and 10% for alcohol. This would result in approximately 80 random drug tests and 22 random alcohol tests performed each calendar year. The anticipated monthly volume of random testing would be 8 drug and 3 alcohol. D. Other tests - Pre-Employment, Post-Accident and Reasonable Suspicion Vendors will network with local clinics to provide these services as necessary. These clinics would invoice the vendor for collections and the vendor will send one invoice to District. Vendor s service should be available 24/7 for post-accident testing when a clinic is not readily available. Vendor to provide fees for emergency and after-hour collections if applicable. E. On-line Tools used to store and provide results to District Please provide detailed information regarding any and all web-based software tools used to store and provide results for any and all services to the District. *** Remainder of Page Blank *** Medical Exams and Drug and Alcohol Screening RFP 7 FHSD

A. Pricing Forms - The District is requesting vendors propose pricing for all services listed. In the event a vendor chooses to not provide pricing on some services or a category of service, the proposer will mark those services as No Bid. Please use the pricing formats for submission. (Must be submitted with each proposal) Medical Exams for School Bus Drivers and Attendants Description of Service A. Missouri School Bus Driver Physical Exam per Missouri statue 162.064 (Drivers and attendants) Medical Endorsement Clinic Site Exams On-site Exams (District Location) Current Price May 01, 2019 - April 30, 2020 May 01, 2020 - April 30, 2021 May 01, 2021 - April 30, 2022 B. Physical Exams for School Bus Drivers requiring DOT CDL qualifications Clinic Site Exams On-site Exams (District Location) C. Immunizations: Hepatitis A Hepatitis B Tdap (tetanus, diptheria and pertusis) TD (tetanus/diptheria booster) D. TB Test E. Additional charges not included above (if applicable) Drug and Alcohol Testing for all CDL School Bus Drivers per DOT Compliance Description of Service A. Initial Employment Drug Test 5 Panel* Screening for CDL School Bus Drivers and driving office Staff (Urine Speciman) Clinic Site Exams On-site Exams (District Location) Current Price May 01, 2019 - April 30, 2020 May 01, 2020 - April 30, 2021 May 01, 2021 - April 30, 2022 B. Random Screening for CDL Employees - 5 Panel Drug Test (Urine Speciman) Clinic Site Exams C. Random Screening for CDL Employees - Alcohol (Breath and SalivaTest) Clinic Site Exams D. Post Accident Drug and Alcohol Testing - Driver CDL Testing for DOT compliance (Urine and Breath) - Clinic Site E. Reasonable Suspicion Drug Testing - CDL Employees Drug Testing for DOT compliance (Urine Speciman) - Clinic Site F. Reasonable Suspicion Alcohol Testing - CDL Employees Drug Testing for DOT compliance (Breath Speciman) - Clinic Site * DOT drug tests require laboratory testing (49 CFR Part 40 Subpart F) for the following five classes of drugs: Marijuana Cocaine Opiates opium and codeine derivatives Amphetamines and methamphetamines Phencyclidine PCP Medical Exams and Drug and Alcohol Screening RFP 8 FHSD

B. Bid Submission Bid Proposal Certification (Must be submitted with each Proposal) Vendor Name: General Bid Certification: The Proposer hereby declares understanding, agreement and certification of compliance to provide the items and/or services at the prices quoted in accordance with all terms and conditions, requirements and specifications of the Request for Proposal (RFP) and as modified by any addenda thereto. The bidder certifies the services being offered at the proposed prices meet the requirements specified by the District, including the following: The Vendor understands services are typically provided at the end of each school year (late May or early June). The Vendor certifies the services being proposed meets or exceeds all specifications and Missouri state statue and DOT requirements for CDL licensed school bus drivers and attendants (nondrivers). The Vendor recognizes the award for this RFP is subject to the approval of the St. Francis School District Board of Education which meets once a month. This award is scheduled for review and approval at the March 14th, 2019 Board meeting. The Vendor certifies it has read the RFP in its entirety and understands the requirements and specifications stated within the RFP. Any and all exceptions to the RFP specification must be provided to the District in writing as part of the bidder s proposal. I am authorized to submit this Proposal for the firm listed above. I have certified this Proposal to be complete and compliant with all specifications, unless specifically noted in the Proposal. Signature Required Authorized Signature Printed Name Date Title Vendor Name Mailing Address City, State Zip Phone #: Fax #: E-Mail Address Medical Exams and Drug and Alcohol Screening RFP 9 FHSD

C. References (Must be submitted for each proposal.) Please provide three account references from public K-12 school districts or Higher Education Institutions in Missouri (Greater St. Louis area preferred) for which the Vendor has, within the past 18 months, provided products and services as outlined in this RFP. 1. District Name Contact Person and Title email Phone # 2.District Name Contact Person and Title email Phone # 3.District Name Contact Person and Title email Phone # Medical Exams and Drug and Alcohol Screening RFP 10 FHSD