Office of Superintendent of Schools December 17, 2012 Board Meeting of January 16, 2013

Size: px
Start display at page:

Download "Office of Superintendent of Schools December 17, 2012 Board Meeting of January 16, 2013"

Transcription

1 Office of Superintendent of Schools December 17, 2012 Board Meeting of January 16, 2013 Financial Services Richard H. Hinds, Chief Financial Officer COMMITTEE: FACILITIES AND CONSTRUCTION REFORM ITEM BID NO. SUBJECT F NN10 MOVING AND INSTALLATION OF RELOCATABLE BUILDINGS COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS ITEM BID NO. SUBJECT E NN05 MARKER BOARDS, UNFRAMED E NN06 AUTOMOTIVE/INDUSTRIAL BATTERIES E NN04 LIFT-STATION REPAIR E-144 REQUEST APPROVAL OF SUPPLEMENTAL AWARD ON TERM CONTRACT E-200 PROPOSED AMENDMENT OF BOARD POLICY: FINAL READING POLICY , SMALL/MICRO BUSINESS ENTERPRISE PROGRAM AND MINORITY/WOMEN BUSINESS ENTERPRISE CERTIFICATION

2 Office of Superintendent of Schools December 17, 2012 Board Meeting of January 16, 2013 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: AWARD BID NO. 005-NN10 MOVING AND INSTALLATION OF RELOCATABLE BUILDINGS COMMITTEE: LINK TO STRATEGIC FRAMEWORK: FACILITIES AND CONSTRUCTION REFORM FINANCIAL EFFICIENCY/STABILITY The purpose of this bid is for the moving and installation of relocatable buildings, for Maintenance Operations. The vendor shall furnish all labor, materials, equipment and services for the relocation and installation of relocatable buildings, including restoration of sites, moving and installing ramps, stairs and guardrails for each building. This is a term bid which states that the Board may purchase quantities, as may be required, at the unit price bid, but is not obligated to purchase any guaranteed amount. One (1) vendor responded to this advertised solicitation. The term of the bid shall be one year from the date of award and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the awardee, be extended for two (2) additional one (1) year periods and, if needed, ninety (90) days beyond the expiration date of the current contract period. Fund Source Capital RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. 005-NN10 MOVING AND INSTALLATION OF RE- LOCATABLE BUILDINGS, for the moving and installation of relocatable buildings, for Maintenance Operations, during the term of the bid, effective January 16, 2013, through January 15, 2014, as follows: Page 1 of 4 F-60

3 1. RUSSELL BUILDING MOVERS, INC. 841 SOUTH BISCAYNE RIVER DRIVE MIAMI, FL OWNER: KEITH R. KLEPPINGER, PRESIDENT Total Low Unit Price: Items 1 through 60. Item 1 - Series 32, 37 $9,230 each. Item 2 - Series 32, 37 $9,230 each. Item 3 - Series 33 $9,230 each. Item 4 - Series 33 $9,230 each. Item 5 - Series 34, 35, 36 and 63 buildings, $8,225 each. Item 6 - Series 34, 35, 36 and 63 buildings, $8,225 each. Item 7 - Series 38 $19,995 each. Item 8 - Series 39 $19,995 each. Item 9 - Series 40 $5,390 each. Item 10 - Series 53 $9,230 each. Item 11 - Series 53 $9,230 each. Item 12 - Series 58 $4,820 each. Item 13 - Series 59 $5,520 each. Item 14 - Series 61 $9,230 each. Item 15 - Series 61 $8,350 each. Item 16 - Series 62 $8,990 each. Item 17 - Series 62 $8,350 each. Item 18 - Series 63, buildings, $3,520 each. Item 19 - Series 65 $5,520 each. Item 20 - Series 66 $8,580 each. Item 21 - Series 67 $5,720 each. Item 22 - Series 68 $6,320 each. Item 23 - Series 69 $5,990 each. Item 24 - First Florida (Series $5,820 each. Item 25 - Globe (Series 87/89), $6,420 each. Item 26 - Globe (Series 87/89), single or $3,520 each. Item 27 - State relocatables (Series 97/99), $6,380 each. Item 28 - State relocatables (Series 97/99), $3,520 each. Item 29 - Remove existing spot $168 each. Page 2 of 4

4 Item 30 - Remove existing linear (strip) $78 per linear foot. Item 31 - Restoration of site: grade, fill, level and $20.70 per square yard. Item 32 - Remove and dispose off-site miscellaneous debris (including dump $36 per cubic yard. Item 33 - Furnish 21 precast steps and railings with 5 x 5 $1,520 each. Item 34 - Install 21 precast steps and railings with $820 each. Item 35 - Furnish and install child rails on 21 $340 each. Item 36 - Furnish 28 precast steps and railings with 5 x 5 $1,620 each. Item 37 - Install 28 precast steps and railings with $820 each. Item 38 - Furnish and install child rails on 28 $390 each. Item 39 - Furnish 35 precast steps and railings with 5 $1,830 each. Item 40 - Install 35 precast steps and railings with 5 $850 each. Item 41 - Furnish and install child rails on 35 $440 each. Item 42 - Furnish 21 precast ramp and railings with requested $4,240 each. Item 43 - Install 21 precast ramp and railings with $2,360 each. Item 44 - Furnish and install child rails on 21 $630 each. Item 45 - Furnish 26 precast ramp and railings with requested $5,180 each. Item 46 - Install 26 precast ramp and railings with $2,620 each. Item 47 - Furnish and install child rails on 26 $660 each. Item 48 - Furnish 30 precast ramp and railings with requested $5,890 per each. Item 49 - Install 30 precast ramp and railings with requested $2,940 each. Page 3 of 4

5 Item 50 - Furnish and install child rails on 30 $710 each. Item 51 - Furnish and install individual ramp section with $310 per linear foot. Item 52 - Furnish and install 5 x 5 landing with $1,860 each. Item 53 - Furnish and install 6-6 x 6-6 landing with $2,260 each. Item 54 - If required, provide and install bottom level landing, including the necessary preparation work and $10.80 per square foot. Item 55 - Dismantle and transportation per ramp, including $2,520 each. Item 56 - Dismantle and transportation per stairs, including $520 each. Item 57 - Dismantle, transportation, and installation per ramp, including $4,650 each. Item 58 - Dismantle, transportation, and installation per stairs, including $1,580 each. Item 59 - Dispose of non-ada or damaged $1,820 each. Item 60 - Dispose of damaged $490 each. 2. Authorize Procurement Management Services to purchase up to the total estimated amount of $900,000, for the initial contract term, and not to exceed $900,000, for each subsequent extension period. Board authorization of this recommendation does not mean the amount shown will be expended. RHH/ae Page 4 of 4

6

7

8

9

10 Office of Superintendent of Schools December 17, 2012 Board Meeting of January 16, 2013 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: COMMITTEE: LINK TO STRATEGIC FRAMEWORK: AWARD BID NO. 019-NN05 MARKER BOARDS, UNFRAMED INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS FINANCIAL EFFICIENCY/STABILITY The purpose of this bid is to purchase, at firm unit prices, quantities, as may be required, of unframed marker boards, for Maintenance Materials Management stock. This is a term bid which states that the Board may purchase quantities, as may be required, at the unit price bid, but is not obligated to purchase any guaranteed amount. Five (5) vendors responded to this advertised solicitation. This is an award to a primary and an alternate vendor. The term of the bid shall be for two (2) years from the date of award and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the awardees, be extended for three (3) additional one (1) year periods and, if needed, ninety (90) days beyond the expiration of the current contract period. Strategies were employed to increase M/WBE participation. One (1) M/WBE vendor responded to this solicitation, but was not the successful awardee. Benchmarking was conducted against The School Board of Palm Beach County, Florida, and the District s prices were found to be approximately 300% lower. Fund Source General RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. 019-NN05 MARKER BOARDS, UNFRAMED, to purchase, at firm unit prices, quantities, as may be required, of unframed marker boards, for Maintenance Materials Management stock, during the term of the bid, effective January 16, 2013, through January 15, 2015, including extensions thereto, as follows: Page 1 of 2 E-141

11 PRIMARY 1. FLORIDA VISUAL DISPLAY PRODUCTS, INC. D.B.A. FLORIDA CHALKBOARD CO E. SEMORAN BLVD., SUITE 103 APOPKA, FL OWNER: JOHN A. PARKER, PRESIDENT Total Low Unit Price Meeting Specifications: Items 1 through 3. Item 1 - Marker boards, unframed, 4 x 8, $ each. Item 2 - Marker boards, unframed, 4 x 10, $152 each. Item 3 - Marker boards, unframed, 4 x 12, $ each. ALTERNATE 2. DABOTER, INC. D.B.A. SMITH OFFICE & COMPUTER SUPPLY 1009 S. 21 AVENUE HOLLYWOOD, FL OWNER: DAVID M. LEVY, PRESIDENT Second Total Low Unit Price Meeting Specifications: Items 1 through 3. Item 1 - Marker boards, unframed, 4 x 8, $181 each. Item 2 - Marker boards, unframed, 4 x 10, $242 each. Item 3 - Marker boards, unframed, 4 x 12, $286 each. 3. Authorize Procurement Management Services to purchase up to the total estimated amount of $180,000, for the initial contract term, and an amount not to exceed $90,000, for each extension. Board approval of this recommendation does not mean the amount shown will be expended. RHH/ae Page 2 of 2

12

13 Office of Superintendent of Schools December 17, 2012 Board Meeting of January 16, 2013 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: COMMITTEE: LINK TO STRATEGIC FRAMEWORK: AWARD BID NO. 021-NN06 AUTOMOTIVE/INDUSTRIAL BATTERIES INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS FINANCIAL EFFICIENCY/STABILITY The purpose of this bid is to furnish, at firm unit prices, quantities, as may be required, of automotive and industrial batteries, for the Department of Transportation, Vehicle Maintenance. This is a term bid which states that the Board may purchase quantities, as may be required, at the unit price bid, but is not obligated to purchase any guaranteed amount. Six (6) vendors responded to this advertised solicitation. This bid is being awarded to a primary and an alternate vendor. The term of the bid shall be for two (2) years from the date of award and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the awardees, be extended for three (3) additional one (1) year periods and, if needed, ninety (90) days beyond the expiration date of the current contract period. Strategies were employed to increase M/WBE participation. The list of registered vendors with the District does not reflect certified minority firms for this category. Fund Source General RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. 021-NN06 AUTOMOTIVE/INDUSTRIAL BATTERIES, to furnish, at firm unit prices, quantities, as may be required, of automotive and industrial batteries, for the Department of Transportation, Vehicle Maintenance, during the term of the bid, effective January 16, 2013, through December 31, 2014, as follows: Page 1 of 3 E-142

14 PRIMARY 1. GENUINE PARTS COMPANY, D.B.A. NAPA AUTO PARTS 9250 N.W. 58 STREET MIAMI, FL ESTIMATE $259,663 OWNER: THOMAS C. GALLAGHER, C.E.O. Total Low Bid: Items 1 through 12, and 13. Item 1 - $74.48 each. Item 2 - $63.19 each. Item 3 - $ each. Item 4 - $57.97 each. Item 5 - $67.96 each. Item 6 - $67.27 each. Item 7 - $59 each. Item 8 - $ each. Item 9 - $57.03 each. Item 10 - $52.87 each. Item 11 - $57.54 each. Item 12 - $60.68 each. Item 13 - Additional 52% discount. ALTERNATE 2. TPH ACQUISITION, LLLP, D.B.A. THE PARTS HOUSE FORTUNE PARKWAY, BLDG. 400 JACKSONVILLE, FL ESTIMATE $351,791 OWNER: DAVID HONIG, PRESIDENT/C.E.O. Second Total Low Bid: Items 1 through 12, and 13. Item 1 - $68.58 each. Item 2 - $71.82 each. Item 3 - $ each. Item 4 - $74.57 each. Item 5 - $63.72 each. Item 6 - $78.03 each. Item 7 - $62.10 each. Item 8 - $ each. Item 9 - $58.74 each. Item 10 - $63.72 each. Item 11 - $69.14 each. Item 12 - $69.99 each. Item 13 - Additional 60% discount. Page 2 of 3

15 3. Authorize Procurement Management Services to purchase up to the total estimated amount of $259,663, for the initial contract term, and an amount not to exceed $129,831.50, for each subsequent extension period. Board authorization of this recommendation does not mean the amount shown will be expended. RHH/ae Page 3 of 3

16

17

18

19

20

21

22 Office of Superintendent of Schools December 17, 2012 Board Meeting of January 16, 2013 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: COMMITTEE: LINK TO STRATEGIC FRAMEWORK: AWARD BID NO. 022-NN04 LIFT-STATION REPAIR INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS FINANCIAL EFFICIENCY/STABILITY The purpose of this bid is to furnish, at firm unit prices, all labor, supervision, materials, equipment and transportation necessary, to repair lift stations and related structures, at various Miami-Dade County Public Schools facilities, for Regulatory Compliance. The bid also provides for the solicitation of competitive quotations from all awardees, based on a scope of work, for additional related services. This is a term bid which states that the Board may purchase quantities, as may be required, at the unit price bid, but is not obligated to purchase any guaranteed amount. Four (4) vendors responded to this advertised solicitation. This bid is being awarded to a primary and an alternate vendor. The term of the bid shall be two (2) years from the date of award and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the awardees, be extended for three (3) additional one (1) year periods and, if needed, ninety (90) days beyond the expiration date of the current contract period. Preapproved vendors will be contacted, as the need arises, to submit competitive quotations for additional items and services exceeding the quotation threshold of $1,000. Strategies were employed to increase M/WBE participation, and one (1) M/WBE vendor was awarded as an alternate. Fund Source Capital Page 1 of 3 E-143

23 RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. 022-NN04 LIFT-STATION REPAIR, to furnish, at firm unit prices, all labor, supervision, materials, equipment and transportation necessary, to repair lift stations and related structures, at various Miami-Dade County Public Schools facilities, for Regulatory Compliance, during the term of the bid, effective January 16, 2013, through January 15, 2015, as follows: PRIMARY 1. BISCAYNE ELECTRIC MOTOR & PUMP, INC. 830 N.W. 144 STREET MIAMI, FL ESTIMATE $385,500 OWNER: PETER V. ROSS, PRESIDENT Total Low Unit Price: Items 1 through Remove and re-install lift-station column "stick" $500 each. 2. Remove and re-install lift-station submersible $220 each. 3. Remove and re-install lift station direct/belt-driven $250 each. 4. Replace all float switches; 4 per lift station, and adjust for proper $300 per set of Labor rate per hour for additional $50 per hour. 6. Percentage of markup over cost for individual 10%. ALTERNATE 2. CONDO ELECTRIC MOTOR REPAIR, CORPORATION 3615 EAST 10 COURT HIALEAH, FL ESTIMATE $444,050 OWNER: HECTOR A. GOMEZ, PRESIDENT M/WBE Second Total Low Unit Price: Items 1 through Remove and re-install lift-station column "stick" $600 each. 2. Remove and re-install lift-station submersible $400 each. Page 2 of 3

24 3. Remove and re-install lift station direct/belt-driven $550 each. 4. Replace all float switches; 4 per lift station, and adjust for proper $498 per set of Labor rate per hour for additional $50 per hour. 6. Percentage of markup over cost for individual 15%. 3. Authorize Procurement Management Services to purchase up to the total estimated amount of $385,500, for the initial contract term, and an amount not to exceed $192,750, for each subsequent extension period. Board authorization of this recommendation does not mean the amount shown will be expended. RHH/ae Page 3 of 3

25

26

27

28

29 Office of Superintendent of Schools December 17, 2012 Board Meeting of January 16, 2013 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: COMMITTEE: LINK TO STRATEGIC FRAMEWORK: REQUEST APPROVAL OF SUPPLEMENTAL AWARD ON TERM CONTRACT INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS FINANCIAL EFFICIENCY/STABILITY The purpose of this request is to obtain prior approval of the supplemental award on the following term contract, inasmuch as the estimated requirements, previously awarded by the Board, will be exceeded before the contract term expires. RECOMMENDED: That The School Board of Miami-Dade County, Florida, APPROVE the supplemental award on the following term contract, inasmuch as the estimated requirements, previously awarded by the Board, will be exceeded before the contract term expires. Contract No. 008-HH11 FIRE-ALARM SERVICES, is to furnish, at firm unit prices, all necessary labor, transportation, materials, and equipment, to test, service, inspect, repair, and maintain firealarm systems, at various locations, during the term of the contract, effective March 12, 2012, through March 11, This supplemental award is requested due to an increase in usage of the bid for additional repairs, which has resulted in an average monthly expenditure of $228,533. Fund Source Various Page 1 of 2 E-144

30 PRIMARY 1. BASS-UNITED FIRE & SECURITY SYSTEMS, INC S.W. 3 STREET, SUITE C-9 POMPANO BEACH, FL OWNER: BRAD HIGDON, PRESIDENT 2. ENGINEERING SYSTEMS TECHNOLOGY, INC WEST 84 STREET, SUITE 9 HIALEAH, FL OWNER: ENRIQUE A. BORJA, PRESIDENT ALTERNATE 3. SIEMENS BUILDING TECHNOLOGIES, INC EXECUTIVE WAY MIRAMAR, FL OWNER: DARYL DULANEY, C.E.O. 4. BASS-UNITED FIRE & SECURITY SYSTEMS, INC S.W. 3 STREET, SUITE C-9 POMPANO BEACH, FL OWNER: BRAD HIGDON, PRESIDENT 5. FLORIDA STATE FIRE AND SECURITY 3921 S.W. 47 AVENUE, SUITE 1004 DAVIE, FL OWNER: KEN ROSENBERG, GENERAL MANAGER ORIGINAL AWARD AMOUNT $2,089,477 PREVIOUS SUPPLEMENTAL $0 THIS SUPPLEMENTAL $802,924 RHH/ae Page 2 of 2

31

32 Office of Superintendent of Schools December 17, 2012 Board Meeting of January 16, 2013 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: PROPOSED AMENDMENT OF BOARD POLICY: FINAL READING POLICY , SMALL/MICRO BUSINESS ENTERPRISE PROGRAM AND MINORITY/WOMEN BUSINESS ENTERPRISE CERTIFICATION COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY The School Board of Miami-Dade County, Florida, announced on December 5, 2012 its intention to amend Board Policy , Small/Micro Business Enterprise Program and Minority/Women Business Enterprise Certification, at its meeting of January 16, The amended policy incorporates the definition for Service-Disabled Veterans to enable them the opportunity to participate in this program. Further, it is requested that the Board approve the attached list of representative organizations to the Small/Micro Business Enterprise Advisory Committee as required by Board Policy , and authorize the Superintendent to make adjustments as may be necessary. The Notice of Intended Action was published in the Miami Daily Business Review on December 10, 2012, posted in various places for public information, and mailed to various organizations representing persons affected by the amended policy and to individuals requesting information. The time to request a hearing or protest the adoption of this policy has elapsed. In accordance with provision of the Administrative Procedure Act, this amended policy is presented to The School Board of Miami-Dade County, Florida, for adoption and authorization to file the policy in the official records of The School Board of Miami-Dade County, Florida. Page 1 of 2 E-200

33 Attached are the Notice of Intended Action and the proposed amendments. Changes from the current Policy are indicated by underscoring words to be added and striking through words to be deleted. RECOMMENDED: That The School Board of Miami-Dade County, Florida, ADOPT amended Board Policy , Small/Micro Business Enterprise Program and Minority/Women Business Enterprise Certification, and authorize the Superintendent to file the policy with The School Board of Miami-Dade County, Florida, to be effective January 16, RHH:ae Page 2 of 2

34

35

36

37

38

39

40

41

42

43

44

45

46

47

48

49

50

51

52