Office of Superintendent of Schools January 29, 2014 Board Meeting of February 12, 2014

Size: px
Start display at page:

Download "Office of Superintendent of Schools January 29, 2014 Board Meeting of February 12, 2014"

Transcription

1 Office of Superintendent of Schools January 29, 2014 Board Meeting of February 12, 2014 Financial Services Richard H. Hinds, Chief Financial Officer COMMITTEE: FACILITIES AND CONSTRUCTION REFORM F PP06 DOORS, WOOD F PP06 CUSTODIAL FLOOR-CARE PRODUCTS (REBID) COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS E MM03 FOODSERVICE, LARGE EQUIPMENT (CORRECT) E PP04 ON-SITE SERVICE FOR TELEPHONE EQUIPMENT E PP05 DELIVERY OF TESTING MATERIALS

2 Office of Superintendent of Schools January 29, 2014 Board Meeting of February 12, 2014 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: COMMITTEE: LINK TO STRATEGIC FRAMEWORK: AWARD BID NO. 020-PP06 DOORS, WOOD FACILITIES AND CONSTRUCTION REFORM FINANCIAL EFFICIENCY/STABILITY The purpose of this bid is to purchase, at firm unit prices, quantities, as may be required, of wood doors, for Maintenance Materials Management stock. This is a term bid which states that the Board may purchase quantities, as may be required, but is not obligated to purchase any guaranteed amount. Two (2) 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 one (1) year 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. Inasmuch as The School Board of Broward County, Florida, and The School District of Palm Beach County do not have contracts for these items, benchmarking could not be conducted. Strategies were employed to increase M/WBE & SBE/MBE participation, however, the list of registered vendors with the District does not reflect certified minority firms for this category. Fund Source Various RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. 020-PP06 DOORS, WOOD, to purchase, at firm unit prices, quantities, as may be required, of wood doors, for Maintenance Materials Management stock, during the term of the bid, effective February 12, 2014, through February 11, 2015, including extensions thereto, as follows: Page 1 of 2 F-60

3 PRIMARY 1. AMPCO PRODUCTS, LLC N.W. 36 AVENUE MIAMI, FL OWNER: PETER BERMONT Item 1 - Door, wood, 2 8 x7 0 $220 each. Item 2 - Door, wood, 3 0 x6 8 $219 each. Item 3 - Door, wood, 3 0 x7 0 $225 each. Item 4 - Door, wood, 3 4 x7 0 $241 each. Item 5 - Door, wood, 3 6 x7 0 $244 each. ALTERNATE 2. JJAS DOOR INSTALLATIONS, INC N.W. 70 STREET MIAMI, FL OWNER: SORAYA MARLES, PRESIDENT Item 1 - Door, wood, 2 8 x7 0 $ each. Item 2 - Door, wood, 3 0 x6 8 $ each. Item 3 - Door, wood, 3 0 x7 0 $ each. Item 4 - Door, wood, 3 4 x7 0 $ each. Item 5 - Door, wood, 3 6 x7 0 $ each. 3. Authorize Procurement Management Services to purchase up to the total estimated amount of $100,000, for the initial contract term, and an amount not to exceed $50,000 for each additional one (1) year extension period. Board authorization of this recommendation does not mean the amount shown will be expended. RHH/mh Page 2 of 2

4

5 Office of Superintendent of Schools January 29, 2014 Board Meeting of February 12, 2014 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: COMMITTEE: LINK TO STRATEGIC FRAMEWORK: AWARD BID NO. 025-PP06 CUSTODIAL FLOOR-CARE PRODUCTS (REBID) FACILITIES AND CONSTRUCTION REFORM FINANCIAL EFFICIENCY/STABILITY The purpose of this bid is to purchase custodial floor-care products, including training, for use in various locations. This is a term bid which states that the Board may purchase quantities, as may be required, but is not obligated to purchase any guaranteed amount. Seven (7) bids were received in response to this advertised solicitation, with five (5) bids meeting specifications, and two (2) bids not meeting specifications. 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 date of the current contract period. Staff contacted the School Boards of Palm Beach and Broward Counties, in order to compare pricing, however, there were no tangible similarities in the structure of the bids wherein benchmarking could be performed. Strategies were employed to increase M/WBE & SBE/MBE participation, however, the list of registered vendors with the District does not reflect certified minority firms for this category. Fund Source Various RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. 025-PP06 CUSTODIAL FLOOR-CARE PRODUCTS (REBID), to purchase custodial floor-care products, including training, for use in various locations, during the term of the bid, effective February 12, 2014, through February 11, 2016, including extensions thereto, as follows: Page 1 of 2 F-61

6 PRIMARY 1. NATIONAL CHEMICAL LABORATORIES, INC. 401 N. 10 STREET PHILADELPHIA, PA OWNER: HARRY POLLACK, PRESIDENT Low Unit Price Meeting Specifications: Items 1 and 2. Item 1 - Floor $40.80 per 5-gallon container. Item 2 - Floor-finish $9.45 per gallon. ALTERNATE 2. IDEAL SUPPLY, INC N.E. 12 TERRACE OAKLAND PARK, FL OWNER: JORGE F. MANRESA, PRESIDENT Second Low Unit Price: Items 1 and 2. Item 1 - Floor $41.02 per 5-gallon container. Item 2 - Floor-finish $18.95 per gallon. 3. Authorize Procurement Management Services to purchase up to the total estimated amount of $1,500,000, for the initial contract term, and an amount not to exceed $750,000 for each additional one (1) year extension period. Board authorization of this recommendation does not mean the amount shown will be expended. RHH/mh Page 2 of 2

7

8 Office of Superintendent of Schools January 29, 2014 Board Meeting of February 12, 2014 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: CORRECT AWARD CONTRACT NO. 015-MM03 FOODSERVICE, LARGE EQUIPMENT COMMITTEE: LINK TO STRATEGIC FRAMEWORK: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS FINANCIAL EFFICIENCY/STABILITY This contract was awarded by the Board on May 8, 2013, (E-143), to purchase, at firm unit prices, quantities, as may be required, of large equipment for foodservice, including delivery and installation, and establish a list of preapproved vendors to quote additional items under these categories, for the Department of Food and Nutrition. 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. Fourteen (14) vendors responded to this advertised solicitation. This is an award to primary and alternate vendors. The May 8, 2013, item reflected the award of Group P: Heated Conveyors, to Great Lakes Hotel Supply Company, as the primary vendor, and Lace Foodservice Corporation as the alternate vendor. Subsequent to the award, staff determined that the bid initially submitted by Lace Foodservice Corporation, met the specifications of the bid. This item corrects the award of Group P: Heated Conveyors to Lace Foodservice Corporation, as the primary vendor, and Great Lakes Hotel Supply Company, as the alternate vendor. RECOMMENDED: That The School Board of Miami-Dade County, Florida CORRECT Contract No. 015-MM03 FOODSERVICE, LARGE EQUIPMENT, to purchase, at firm unit prices, quantities, as may be required, of large equipment for foodservice, including delivery and installation, and establish a list of preapproved vendors to quote additional items under these categories, for the Department of Food and Nutrition, during the term of the contract, effective February 12, 2014, through May 7, 2015, as follows: Page 1 of 2 E-141

9 PRIMARY 1. LACE FOODSERVICE CORPORATION N.W. 26 STREET MIAMI, FL OWNER: LUIS H. FERNANDEZ, PRESIDENT M/WBE Group P: Heated Conveyors Total Low Group Meeting Specifications: Items 204 through 206. ALTERNATE 2. GREAT LAKES HOTEL SUPPLY COMPANY 1961 GRAND RIVER AVENUE DETROIT, MI OWNER: MARC ISRAEL, PRESIDENT Group P: Heated Conveyors Second Total Low Group: Items 204 through 206. RHH/mh Page 2 of 2

10

11

12 Office of Superintendent of Schools January 29, 2014 Board Meeting of February 12, 2014 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: COMMITTEE: AWARD BID NO. 017-PP04 ON-SITE SERVICE FOR TELEPHONE EQUIPMENT INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY The purpose of this bid is to purchase, at firm unit prices, materials, installation and service for telephone equipment, for Miami-Dade County Public Schools. 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. This bid was advertised nationally, multiple vendors attended the Pre-Bid conference and one (1) vendor responded to this advertised solicitation. Information Technology Services will utilize this bid to support and maintain District telephone systems, including E-Rate related requests. 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. Items 58, 88, 168, 170, 171, 172, 175, 176, 177, 179, 180, 181, 182, 184 through 188, 190, 195 through 230, 235, 239, 266, 270B, 275B, 287A, 295A, 442, 443, 532, 539, 563 through 568, 571, 572, 585, 603, 626, 635, 636, 637, 642, 644, 648, 649, 683, 719, 724, 725, 727, 728 and 730 are not being recommended for award, inasmuch as these items are considered discontinued. Strategies were employed to increase M/WBE & SBE/MBE participation, however, the list of registered vendors with the District does not reflect certified minority firms for the category. Fund Source Various Page 1 of 2 E-142

13 RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid. No 017-PP04 ON-SITE SERVICE FOR TELEPHONE EQUIPMENT, to purchase, at firm unit prices, materials, installation and service for telephone equipment, for Miami-Dade County Public Schools, during the term of the bid, effective July 1, 2014, through June 30, 2016, including extensions thereto, as follows: 1. WINDSTREAM CORPORATION, INC RODNEY PARHAM ROAD LITTLE ROCK, AR OWNER: WINDSTREAM HOLDINGS, INC. 2. Reject Items 58, 88, 168, 170, 171, 172, 175, 176, 177, 179, 180, 181, 182, 184 through 188, 190, 195 through 230, 235, 239, 266, 270B, 275B, 287A, 295A, 442, 443, 532, 539, 563 through 568, 571, 572, 585, 603, 626, 635, 636, 637, 642, 644, 648, 649, 683, 719, 724, 725, 727, 728 and Authorize Procurement Management Services to purchase up to the total estimated amount of $10,000,000, for the initial contract term, and an amount not to exceed $5,000,000, for each additional one (1) year extension period. Board authorization of this recommendation does not mean the amount shown will be expended. RHH/mh Page 2 of 2

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

39

40

41

42

43

44

45 Office of Superintendent of Schools January 29, 2014 Board Meeting of February 12, 2014 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: COMMITTEE: AWARD BID NO. 029-PP05 DELIVERY OF TESTING MATERIALS INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY The purpose of this bid is to purchase, at firm unit prices, services, as may be required, for the pickup and delivery of testing materials, for all school locations, for the Testing Distribution Center (TDC). This is a term bid which states that the Board may purchase quantities, as may be required, but is not obligated to purchase any guaranteed amount. Four (4) vendors responded to this advertised solicitation, with two (2) bids meeting specifications and two (2) with excessive pricing. 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 four (4) additional one (1) year periods and, if needed, ninety (90) days beyond the expiration date of the current contract period. This is an award to a primary and an alternate vendor, to obtain firm, fixed pricing for the initial two (2) years of the contract. Thereafter, quotes will be obtained on the one (1) year extension period for the quantities requested. Inasmuch as the School Boards of Broward and Palm Beach Counties do not have contracts for this service, benchmarking could not be conducted. However, a comparison against the District s previous bid of $137,800 was completed, resulting in savings of approximately $9,200, for the initial two (2) year period. Strategies were employed to increase M/WBE &SBE/MBE participation, however, the list of registered vendors with the District does not reflect certified minority firms for this category.. Fund Source Various Page 1 of 3 E-144

46 RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. 029-PP05 DELIVERY OF TESTING MATERIALS, to purchase, at firm unit prices, services, as may be required, for the pickup and delivery of testing materials, for all school locations, for the Testing Distribution Center (TDC), during the term of the bid, effective March 2, 2014, through March 1, 2016, including extensions thereto, as follows: PRIMARY 1. COMET COURIER CORP N.W. 17 STREET, UNIT 102 MIAMI, FL STEVEN SELTZER, PRESIDENT Low Unit Price Meeting Specifications: Items 1 through 3. Item 1 - Daily rate for deliveries made utilizing a van, dolly and /or $150 per day. Item 2 - Daily rate for deliveries made utilizing a vehicle step-van, dolly and/or $180 per day. Item 3 - Daily rate for deliveries made utilizing a 20 delivery truck or larger, and $235 per day. ALTERNATE 2. ZAP LOGISTICS, LLC 2865 S.W. 69 COURT MIAMI, FL JANICE BAUGH, MANAGER/MEMBER Second Low Unit Price Meeting Specifications: Items 1 through 3. Item 1 - Daily rate for deliveries made utilizing a van, dolly and /or $150 per day. Item 2 - Daily rate for deliveries made utilizing a vehicle step-van, dolly and/or $100 per day. Item 3 - Daily rate for deliveries made utilizing a 20 delivery truck or larger, and $270 per day. Page 2 of 3

47 3. Authorize Procurement Management Services to purchase up to the total estimated amount of $128,600 for the initial contract term, and an amount not to exceed $64,300 for each subsequent extension period. Board authorization of this recommendation does not mean the amount shown will be expended. RHH/mh Page 3 of 3

48