Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015

Similar documents
Office of Superintendent of Schools March 29, 2016 Board Meeting of April 13, 2016

Office of Superintendent of Schools March 22, 2017 Board Meeting of April 5, 2017

Office of Superintendent of Schools November 4, 2015 Board Meeting of November 18, 2015

Office of Superintendent of Schools November 25, 2013 Board Meeting of December 11, 2013 COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ENGAGEMENT

CALENDAR OF EVENTS DECEMBER NOVEMBER

MIAMI-DADE COUNTY PUBLIC SCHOOLS. Series. Office of Economic Opportunity

September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS )

SCHOOL BOARD OF BREVARD COUNTY, FLORIDA BOARD AGENDA ITEM April 18, 2017

SMALL DISADVANTAGED BUSINESS PROGRAM APPLICATION

SOUTHERN FLORIDA MINORITY SUPPLIER DEVELOPMENT COUNCIL CONSTRUCTION INDUSTRY GROUP MEETING

DORAL BUSINESS COUNCIL INFORMATIONAL BUSINESS SEMINAR

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

The following specific criteria will be evaluated and must be addressed in the proposal:

ADMINISTRATIVE PROCEDURES FOR M/WBE PARTICIPATION IN PROCUREMENT CONTRACTING. I. Bid Process - Competitive Bid Requirements

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

21 st Century Schools Bond Advisory Committee. June 25, 2014

REQUEST FOR PROPOSAL FOR LEGAL SERVICES

Within the context of this policy, the following definitions apply:

HOW TO DO BUSINESS WITH THE CITY OF VALDOSTA, GEORGIA

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

NON-INSTRUCTIONAL SERVICES: Purchasing

OMB Uniform Grant Guidance and NM Procurement

WORKFORCE DEVELOPMENT BOARD Workforce Innovation and Opportunity Act Area 8

Procedure Manual. Minority/Women Business Enterprise Program

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

STANDARD PROCEDURE Number: S410.10

Procurement Policies. and. Procedures. Manual

HOW TO DO BUSINESS WITH THE STATE. State of Louisiana Office of State Procurement

Request for Proposal, erate Year 20 ( ) Wireless (Microwave) WAN, or Equivalent System, District-Wide [Proposal: T]

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

21ST CENTURY SCHOOLS BOND ADVISORY COMMITTEE MEETING SEPTEMBER 9, 2014

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Amount of

SECOND REQUEST FOR PROPOSALS. for

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

Construction Management (CM) Procedures

How To Do Business With Orange County Public Schools. Procurement Services 445 W. Amelia Street Orlando, FL

TENNESSEE EDUCATION LOTTERY CORPORATION. Invitation to Bid

Request for Qualifications # For. Architecture/Engineering Professional Services For Small Projects

City of Gainesville State of Georgia

Doing Business with Putnam County and the Empire State Purchasing Group

REQUEST FOR PROPOSALS FOR COMMERICAL GENERATOR MAINTENANCE & REPAIR. Released February 3, 2017 Submissions Due February 28, 2017

REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES

Request for Proposals for Construction Manager at Risk Watertown Community Center

BARNEGAT TOWNSHIP SCHOOL DISTRICT 550 BARNEGAT BOULEVARD NORTH BARNEGAT, NEW JERSEY (609) FAX (609)

Request for Quotation (RFQ) Solicitation Overview

Welcome to the City of Chicago. Department of Procurement Services

Section XI Notices Regarding Bids, Proposals and Purchasing

What guidance will be used for Reviews?

Administrative Regulation SANGER UNIFIED SCHOOL DISTRICT. Business and Noninstructional Operations FEDERAL GRANT FUNDS

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

Fort Bend Independent School District. Small Business Enterprise Program Procedures

RFP #WS NEWSMI IMPROVEMENTS

Marlboro County School District

General Procurement Requirements

REQUEST FOR PROPOSAL #MAC103017

Purchasing Services Small & Minority Business Participation Plan. Submitted To: Dr. Mark B. Rosenberg University President

PUBLIC ASSISTANCE: PURCHASING GOODS OR SERVICES THROUGH COOPERATIVE PURCHASING PROGRAMS

Procurement 101: Developing a Code of Conduct and. Written Procurement Procedures

RFP - PW FDR. ADVERTISEMENT for FUEL DISPENSER REPLACEMENTS

REQUEST FOR PROPOSALS RFP #12/13-12 PALM BEACH STATE COLLEGE DISTRICT SECURITY SURVEILLANCE CAMERA INITIATIVE PROJECT#: CMRA-2013

- Thank you for participating in the viewing of the Texas General Land Office s Community Development and Revitalization Program s, or GLO-CDR video

REQUEST FOR PROPOSAL DOCUMENT

Plano Independent School District Request for Proposals

PROCUREMENT PLAN. Procurement of Goods and Works

CALENDAR OF EVENTS NOVEMBER

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

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

S O U T H F L O R I D A PREPARED BY THE SOUTH FLORIDA REGIONAL PLANNING COUNCIL

Doing Business. with

REQUEST FOR PROPOSALS

Uniform Guidance Overview. Why did the federal government implement the Uniform Guidance?

The Procurement Review- What to Expect. Pete McLoughlin Financial Management Section Head Office for Food and Nutrition Programs

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

Clovis Unified School District. REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program

Exhibit A. Purchasing Department School District of Osceola County, Florida

Manatee County Procurement Division

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

MARYLAND DEPARTMENT OF TRANSPORTATION ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES

12007 Research Boulevard Austin, Texas PH: FAX:

The Rollout of OMB A-81 and its Effect on UH

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

Request for Proposals (RFP) for Police Body Worn Camera Systems and Video Storage Solutions For City of Boulder City, Nevada

Procurement Policies. and. Procedures. Manual

REQUEST FOR PROPOSAL DOCUMENT

Automatic License Plate Recognition System for the Police Department

The First Microfinance Bank Afghanistan (FMFB-A)

NOTICE IS HEREBY GIVEN OF THE FOLLOWING ATTACHMENTS TO THE ABOVE REFERENCED PROPOSAL:

REQUEST FOR PROPOSALS Noise Monitoring and Flight Tracking System and Noise Monitor Service and Maintenance

City of Georgetown, SC REQUEST FOR PROPOSAL

Invitation for Expression of Interest

Request for Qualifications. North Broward Regional Service Center, Replace Columnade Roof Membrane RFQ-REDM17/ ADDENDUM #1

May 25, Request for Proposals No Offsite Virtual Net Metering

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018.

Solicitation Information WATER MAIN TUCKERTOWN STATION. Water Main Project, Tuckertown Station. Water Main Project, Tuckertown Station on

Procurement Review Summary SY (CYCLE 2)

Transcription:

Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer COMMITTEE: FACILITIES AND CONSTRUCTION F-60 14-043-VF AWARD REQUEST FOR PROPOSALS NO. RFP-14-043- VF INSPECTION AND ADMINISTRATIVE SERVICES FOR ELEVATORS AND WHEELCHAIR LIFTS F-61 14-042-VF AWARD BID NO. ITB-14-042-VF AIR CONDITIONERS F-62 14-037-VF AWARD BID NO. ITB-14-037-VF FULL SERVICE PLUMBING AND GENERAL REPAIRS F-63 14-038-VF AWARD BID NO. ITB-14-038-VF ELEVATOR SERVICES F-64 15-014-AC AWARD BID NO. ITB-15-014-AC WATER-BASED FIRE PROTECTION SYSTEMS, INSPECTIONS, MAINTENANCE AND SERVICE CONTRACT F-65 14-044-CV REJECT BID NO. ITB-14-044-CV VIDEO SURVEILLANCE CAMERA SYSTEMS FURNISH AND INSTALL 14-049-CV REJECT BID NO. ITB-14-049-CV SECURITY CAMERA SYSTEMS FURNISH AND INSTALL COMMITTEE: FISCAL ACCOUNTABILITY E-141 14-065-ND AWARD BID NO. ITB-14-065-ND PROVIDE AMERICAN SIGN LANGUAGE INTERPRETATION/TRANSLITERATION, CAPTION AND/OR COMPUTER ASSISTED TRANSCRIPTION SERVICES E-142 14-020-MT AWARD RFP NO. RFP-14-020-MT TEENAGE PARENT PROGRAM (TAP) CHILDCARE SERVICES

Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: AWARD REQUEST FOR PROPOSALS NO. RFP-14-043-VF INSPECTION AND ADMINISTRATIVE SERVICES FOR ELEVATORS AND WHEELCHAIR LIFTS COMMITTEE: FACILITIES AND CONSTRUCTION LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services at the request of The Office of School Facilities, released the above-referenced solicitation. The purpose of this Request for Proposal is to obtain professional services of a certified agent or agency in the specific area of elevator and wheelchair lift inspection and certification. This service will also include periodic monitoring or quality control inspections of repairs performed by the elevator maintenance provider. This is a term proposal. Six (6) proposers responded to this advertised solicitation. This Request For Proposals was advertised on the Procurement Management Services website, the DemandStar website, The Miami Times and the Diario Las Americas newspaper, Bid Net and Florida Bid, as well as emailed to 21 potential proposers. The initial term of the bid shall be for a one (1) year period, commencing October 14, 2015 through October 13, 2016, and may, by mutual agreement between the School Board of Miami-Dade County, Florida, and the successful bidders, 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. A meeting of the Selection Committee was held on July 22, 2015, to evaluate the five (5) responsive proposals received from ATIS Elevator Inspections, LLC; Dade Elevator Inspections, Inc.; Florida Elevator Inspection and Consulting Service, Inc.; National Elevator Inspection Services; and Tower Elevator Corporation. After considerable discussion, review of scoring criteria and results of the savings of 5% from the best and final pricing, the Committee recommended that one vendor be awarded. Fund Source Various Page 1 of 2 F-60

RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Request For Proposals No. RFP-14-043-VF INSPECTION AND ADMINISTRATIVE SERVICES FOR ELEVATORS AND WHEELCHAIR LIFTS, to obtain professional services of a certified agent or agency in the specific area of elevator and wheelchair lift inspection and certification. This service will also include periodic monitoring or quality control inspections of repairs or corrections performed by the elevator maintenance provider, for The School Board of Miami-Dade County, Florida, including extensions thereto, as follows: TOWER ELEVATOR CORPORATION MBE 3631 N.W. 48 TERRACE MIAMI, FLORIDA 33142 OWNER/OFFICER: JAMES J. PATTERSON, PRESIDENT Hourly rate for inspection and administrative services for elevators and wheelchair lifts @ $85.00. Authorize Procurement Management Services to purchase up to the total estimated amount of $120,000, for the initial contract term, and an amount not to exceed $120,000, for each subsequent one (1) year extension period(s). Board authorization of this recommendation does not mean the amount shown will be expended. MBE Micro Business Enterprise JMM/vf Page 2 of 2

Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: AWARD BID NO. ITB-14-042-VF AIR CONDITIONERS FACILITIES AND CONSTRUCTION LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services at the request of The Office of School Facilities, released the above-referenced solicitation. The purpose of this Invitation To Bid is to establish a contract, at firm unit prices and discounts, for the purchase of Airedale, Bard and Marvair air conditioners and associated materials for Miami-Dade Public Schools. 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. In addition, this ITB was advertised on the Procurement Management Services website, the DemandStar website, The Miami Times and the Diario Las Americas newspapers, Bid Net and Florida Bid as well as emailed to 194 potential bidders. The initial term of the bid shall be for a one (1) year period, commencing October 14, 2015 through October 13, 2016, and may, by mutual agreement between the School Board of Miami-Dade County, Florida, and the successful bidders, 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. Upon further negotiations with the vendors, Procurement Management Services was able to obtain an estimated additional $120,850 savings (2%) from Best and Final pricing. The contract shall be awarded to primary vendors, as this is in the best interest of the District. Based on the criteria listed in the solicitation, three (3) vendors are being recommended for award. The awarded vendors are currently registered to do business with the District. Strategies were employed to increase SBE/MBE participation. Through these strategies, one (1) of the three (3) awarded vendors is SBE/MBE. Fund Source Various F-61 Page 1 of 4

RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. ITB-14-042-VF AIR CONDITIONERS, to establish a contract, at firm unit prices and discounts, for the purchase of Airedale, Bard and Marvair air conditioners and associated materials for Miami-Dade Public Schools, including extensions thereto, as follows: 1. CMH SOLUTIONS, INC. 6917 VISTA PARKWAY NORTH, SUITE 2 WEST PALM BEACH, FLORIDA 33411 OWNER/OFFICER: JOHN SIMITSES, PRESIDENT Total Low Unit Price Items 1 through 10. Item 11 is a manufacturer s discount. Item 1 - Airedale floor mounted package unit, Model #CMP36BA @ $7,368. Item 2 - Airedale floor mounted package unit Model #CMP48BA @ $7,931. Item 3 - Airedale floor mounted package unit Model #CMP60BA @ $8,060. Item 4 - Airedale floor mounted package unit Model #CMP48DA @ $7,992. Item 5 - Energy recovery ventilator with outside air damper and separate ERV fans @ $1,344. Item 6 - Factory installed Modine controls system with BacNet compatability @ $612. Item 7 - Remote mounted digital wallstat with override and humidistat Model #56978 @ $153. Item 8 - CO2 sensor @ $211. Item 9 - Miami Dade County NOA outdoor louver grill for Models #CMP24 and #CMP36 @ $888. Item 10 - Miami Dade County NOA outdoor air louver grill for Models #CMP48 and #CMP60@ $1,021. Item 11 - Airedale, discount off the manufacturer s price list/catalog, pre-printed or web catalog prices for purchases by schools and departments for air conditioning units, accessories, materials, parts and associated peripheral items, other than those items indicated above @ 40%. Page 2 of 4

2. ACCUAIR, INC. 2900 W. ORANGE AVENUE, SUITE 130 APOPKA, FLORIDA 32703 OWNER/OFFICER: FRANK SURANYI, ENGINEERED PRODUCTS MANAGER Total Low Unit Price Items 12 through 20. Item 21 is a manufacturer s discount. Item 12 - Bard I-Tech floor mounted package unit Model #I42A1DA @ $7,553. Item 13 - Bard I-Tech floor mounted package unit Model #I48A1DA @ $7,997. Item 14 - Bard I-Tech floor mounted package unit Model #I60A1DA @ $8,325. Item 15 - Bard I-Tech floor mounted package unit Model #I48A1DB @ $8,309. Item 16 - Commercial Room Ventilator (CRV) for one package unit @ $794. Item 17 - Energy Recovery Ventilator (ERV) for one package unit @ $2,746. Item 18 - CompleteStat THO with ethernet Model #CS9BE-THO @ $611. Item 19 - CompleteStat THO with CO2 and ethernet Model #CS9BE-THOC @ $895. Item 20 - Miami-Dade County NOA outdoor louver grille @ $1,236. Item 21 Bard, discount off the manufacturer s price list/catalog, pre-printed or web catalog prices for purchases by schools and departments for air conditioning units, accessories, materials, parts and associated peripheral items, other than those items indicated above @ 28.5%. 3. DESIGN CONTROLS, INC. SBE1 D.B.A. DCI SYSTEMS GROUP, INC. 4300 BISCAYNE BOULEVARD, SUITE G-05 MIAMI, FLORIDA 33137 OWNER/OFFICER: RODOLFO GOMEZ, VICE PRESIDENT Total Low Unit Price Items 22 through 30. Item 30 is a manufacturer s discount. Item 22 - Marvair Scholar III floor mounted package unit Model #VAISA40ACA @ $10,075. Page 3 of 4

Item 23 - Marvair Scholar III floor mounted package unit Model #VAISA48ACA@ $10,145. Item 24 - Marvair Scholar III floor mounted package unit Model #VAISA60ACA @ $10,755. Item 25 - Marvair Scholar III floor mounted package unit Model #VAISA48ACC @ $11,950. Item 26 - Energy Recovery Ventilator (ERV) for one package unit (includes 93937) installed on unit at factory @ $1,100. Item 27 - Flat Plate Energy Recovery Ventilator (ERV) for one package unit (includes 93937) installed on unit at factory @ $2,469. Item 28 - MAR7OOO controller (BACNET with ethernet) stand alone self programming controller with temperature, ventilation, humidity and CO2 control, factory installed @ $765. Item 29 - CO2 demand ventilation control for ERV, factory installed @ $275. Item 30 - Miami-Dade County NOA outdoor louver grille @ $940. Item 31 Marvair, discount off the manufacturer s price list/catalog, pre-printed or web catalog prices for purchases by schools and departments for air conditioning units, accessories, materials, parts and associated peripheral items, other than those items indicated above @ 42%. Authorize Procurement Management Services to purchase up to the total estimated amount of $8,000,000, for the initial contract term, and an amount not to exceed $8,000,000, for each subsequent one (1) year extension period(s). Board authorization of this recommendation does not mean the amount shown will be expended. SBE1 - Small Business Enterprise Tier 1 JMM/vf Page 4 of 4

Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: AWARD BID NO. ITB-14-037-VF FULL SERVICE PLUMBING AND GENERAL REPAIRS FACILITIES AND CONSTRUCTION LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services at the request of The Office of School Facilities, released the above-referenced solicitation. The purpose of this Invitation To Bid is to establish a pool of pre-approved vendors, to furnish all labor, supervision, equipment and materials necessary to perform any plumbing, general plumbing repairs and installations in schools and other facilities for The School Board of Miami-Dade County, Florida. 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. In addition, this ITB was advertised on the Procurement Management Services website, the DemandStar website, The Miami Times and the Diario Las Americas newspapers, as well as emailed to 102 potential bidders. The initial term of the bid shall be for a one (1) year period, commencing October 14, 2015 through October 13, 2016, and may, by mutual agreement between the School Board of Miami-Dade County, Florida, and the successful bidders, 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. In an effort to obtain more participation from the local and certified small business enterprise vendors, Procurement developed two categories for vendors pricing: District wide and per geographical location. This way, vendors had an opportunity to bid for services in a smaller geographical area versus the entire M-DCPS district area. The awarded, preapproved vendors will be contacted to solicit quotes for plumbing and general plumbing repairs and installations throughout Miami-Dade County Public Schools. Purchases greater than the quotation threshold will be solicited through a Request For Quotes (RFQ) process, to establish firm, fixed pricing for a given planned project. The awarded preapproved vendors will also be contacted for service work based on the time and material rates offered on their bids. Based on the criteria listed in the solicitation, seven (7) vendors are being recommended for award. Strategies were employed to increase SBE/MBE participation. Through these strategies, two (2) of the seven (7) awarded vendors are SBE/MBE. F-62 Page 1 of 5

Fund Source Various RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. ITB-14-037-VF FULL SERVICE PLUMBING AND GENERAL REPAIRS, to establish a pool of pre-approved vendors, to furnish all labor, supervision, equipment and materials necessary to perform any plumbing, plumbing repairs and installations in schools and other facilities for The School Board of Miami-Dade County, Florida, including extensions thereto, as follows: 1. BROWN PLUMBING LLC MBE 2007 OPA LOCKA BOULEVARD OPA LOCKA, FLORIDA 33054 OWNER/OFFICER: ROBERT BROWN, OWNER Vendor will provide services to the following maintenance service center areas: Maintenance Service Center 1 Maintenance Service Center 2 Time and material rates for service work: Item 1 - Base cost per service call (includes 1 hour labor and all transit related costs) @ $104 Item 2 - Cost per labor hour for Skilled Mechanic (applied to time spent on site beyond the first hour) @ $44 Item 3 - Cost per labor hour for unskilled helper @ $34 Item 4 - Percentage markup for premium rate @ 20% Item 5 - Percentage markup for parts and materials @ 10% 2. CENTERLINE PLUMBING, INC. 1255 DOVE AVENUE MIAMI SPRINGS, FLORIDA 33166 OWNER/OFFICER: TODD M. STIFF, VICE PRESIDENT Vendor will provide services to the following maintenance service center areas: Maintenance Service Center 1 Maintenance Service Center 2 Maintenance Service Center 3 Maintenance Service Center 4 Time and material rates for service work: Item 1 - Base cost per service call (includes 1 hour labor and all transit related costs) @ $150 Page 2 of 5

Item 2 - Cost per labor hour for Skilled Mechanic (applied to time spent on site beyond the first hour) @ $95 Item 3 - Cost per labor hour for unskilled helper @ $40 Item 4 - Percentage markup for premium rate @ 65% Item 5 - Percentage markup for parts and materials @ 15% 3. CHARLES E. CULPEPPER, JR. 801 BRICKELL BAY DRIVE, LOBBY SUITE 7 MIAMI, FLORIDA 33131 OWNER/OFFICER: CHARLES CULPEPPER, PROJECT MANAGER Vendor will provide services to the following maintenance service center areas: Maintenance Service Center 1 Maintenance Service Center 2 Maintenance Service Center 3 Maintenance Service Center 4 Time and material rates for service work: Item 1 - Base cost per service call (includes 1 hour labor and all transit related costs) @ $150 Item 2 - Cost per labor hour for Skilled Mechanic (applied to time spent on site beyond the first hour) @ $95 Item 3 - Cost per labor hour for unskilled helper @ $25 Item 4 - Percentage markup for premium rate @ 40% Item 5 - Percentage markup for parts and materials @ 10% - 20% 4. DOUGLAS ORR PLUMBING, INC. 301 FLAGLER DRIVE MIAMI SPRINGS, FLORIDA 33166 OWNER/OFFICER: KEVIN BEROUNSKY, VICE PRESIDENT Vendor will provide services to the following maintenance service center areas: Maintenance Service Center 1 Maintenance Service Center 2 Maintenance Service Center 3 Maintenance Service Center 4 Time and material rates for service work: Item 1 - Base cost per service call (includes 1 hour labor and all transit related costs) @ $147 Item 2 - Cost per labor hour for Skilled Mechanic (applied to time spent on site beyond the first hour) @ $98 Item 3 - Cost per labor hour for unskilled helper @ $45 Item 4 - Percentage markup for premium rate @ 50% Page 3 of 5

Item 5 - Percentage markup for parts and materials @ 18% 5. GREENTEAM SERVICE CORP. DBA GREENTEAM PLUMBING, LLC 4811 SW 28 TH AVENUE FORT LAUDERDALE, FLORIDA 33312 OWNER/OFFICER: JAMES TERRY, PRESIDENT Vendor will provide services to the following maintenance service center areas: Maintenance Service Center 1 Maintenance Service Center 2 Maintenance Service Center 3 Maintenance Service Center 4 Time and material rates for service work: Item 1 - Base cost per service call (includes 1 hour labor and all transit related costs) @ $140 Item 2 - Cost per labor hour for Skilled Mechanic (applied to time spent on site beyond the first hour) @ $100 Item 3 - Cost per labor hour for unskilled helper @ $70 Item 4 - Percentage markup for premium rate @ 50% Item 5 - Percentage markup for parts and materials @ 30% 6. KERNEY AND ASSOCIATES, INC. 1300 NW 65 TH PLACE FORT LAUDERDALE, FLORIDA 33309 OWNER/OFFICER: PATRICK KERNEY, PRESIDENT Vendor will provide services to the following maintenance service center areas: Maintenance Service Center 1 Maintenance Service Center 2 Maintenance Service Center 3 Time and material rates for service work: Item 1 - Base cost per service call (includes 1 hour labor and all transit related costs) @ $147 Item 2 - Cost per labor hour for Skilled Mechanic (applied to time spent on site beyond the first hour) @ $100 Item 3 - Cost per labor hour for unskilled helper @ $76 Item 4 - Percentage markup for premium rate @ 50% Item 5 - Percentage markup for parts and materials @ 30% 7. MAIN LINE PLUMBING, INC. MBE 17400 NW 27 TH AVENUE MIAMI GARDENS, FLORIDA 33056 Page 4 of 5

OWNER/OFFICER: ANDRE DESSASSAU, MANAGER Vendor will provide services to the following maintenance service center areas: Maintenance Service Center 1 Maintenance Service Center 2 Time and material rates for service work: Item 1 - Base cost per service call (includes 1 hour labor and all transit related costs) @ $240 Item 2 - Cost per labor hour for Skilled Mechanic (applied to time spent on site beyond the first hour) @ $75 Item 3 - Cost per labor hour for unskilled helper @ $45 Item 4 - Percentage markup for premium rate @ 150% Item 5 - Percentage markup for parts and materials @ 20% Authorize Procurement Management Services to purchase up to the otal estimated amount of $650,000, for the initial contract term, and an amount not to exceed $650,000, for each subsequent one (1) year extension period(s). Board authorization of this recommendation does not mean the amount shown will be expended. MBE Micro Business Enterprise JMM/vf Page 5 of 5

Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: AWARD BID NO. ITB-14-038-VF ELEVATOR SERVICES CONTRACT FACILITIES AND CONSTRUCTION LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services at the request of The Office of School Facilities, released the above-referenced solicitation. The purpose of this Invitation To Bid is to institute a continuing program of testing, inspection, maintenance and repair to provide necessary, systematic, periodic service, maintenance and repair of all of the elevators, wheelchair lifts, and/or dumbwaiters at Miami-Dade County Public Schools 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. In addition, this ITB was advertised on the Procurement Management Services website, the DemandStar website, The Miami Times, the Diario Las Americas newspapers, Bid Net and Florida Bid, as well as emailed to 49 potential bidders. The initial term of the bid shall be for a two (2) year period, commencing October 14, 2015 through October 13, 2017, and may, by mutual agreement between the School Board of Miami-Dade County, Florida, and the successful bidders, 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. The contract shall be awarded to a primary vendor, as this is in the best interest of the District. Based on the criteria listed in the solicitation, one (1) vendor is being recommended for award. The awarded vendor is currently registered to do business with the District. Fund Source Various F-63 Page 1 of 2

RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. ITB-14-038-VF ELEVATOR SERVICES CONTRACT, to institute a continuing program of testing, inspection, maintenance and repair to provide necessary, systematic, periodic service, maintenance and repair of all of the elevators, wheelchair lifts, and/or dumbwaiters at Miami-Dade County Public Schools locations, including extensions thereto, as follows: 1. PROVIDENCE ELEVATOR, INC. 13517 FOUNTAIN VIEW BOULEVARD WELLINGTON, FLORIDA 33414 OWNER/OFFICER: FRANK GOZUKIZIL, PRESIDENT Total Low Unit Price Items 1 through 460. Authorize Procurement Management Services to purchase up to the total estimated amount of $1,200,000, for the initial contract term, and an amount not to exceed $600,000, for each subsequent one (1) year extension period(s). Board authorization of this recommendation does not mean the amount shown will be expended. JMM/vf Page 2 of 2

Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: AWARD BID NO. ITB-15-014-AC- WATER-BASED FIRE PROTECTION SYSTEMS, INSPECTIONS, MAINTENANCE AND SERVICE CONTRACT COMMITTEE: FACILITIES & CONSTRUCTION LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services at the request of The Office of School Facilities released the above-referenced solicitation. The purpose of this bid is to establish a contract, at firm unit prices, for all necessary labor, transportation, material and equipment to test, service, inspect, repair, correct and maintain water-based fire protection systems, for the School Board of Miami-Dade County, Florida. 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. In addition, this ITB was advertised on the Procurement Management Services website, the DemandStar website, Florida Bid and Bid Net, as well as emailed to one hundred twenty-one (121) vendors. The initial term of the bid shall be for a period of three (3) years commencing November 1, 2015, through October 31, 2018, and may by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidder, be extended for two (2) additional one (1) year periods. The contract shall be awarded to two primary and two alternate vendors, as this is the best interest of the District, with a new vendor providing services to the District. Fund Source 0410 Various F-64 Page 1 of 3

RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. ITB-15-014-AC Water-Based Fire Protection Systems Inspections Maintenance and Service Contract, to provide all necessary labor, transportation, material and equipment to test, service, inspect, repair, correct and maintain water-based fire protection systems, for The School Board of Miami-Dade County, Florida, including extensions thereto, as follows: PRIMARY 1. BASS FIRE & SECURITY SYSTEMS, INC. 300 GATEWAY DRIVE POMPANO BEACH, FLORIDA 33069 Total Low Meeting Specifications: Group A Sprinklers & fire pump systems: Items 1 through 125. Group C Sprinklers & deluge systems with control panels: Items 322 through 386. 2. NATIONAL FIRE PROTECTION, LLC 3125 WEST COMMERCIAL BOULEVARD, SUITE 200 FT. LAUDERDALE, FLORIDA 33309 Total Low Meeting Specifications: Group B Sprinklers with no fire pump: Items 126 through 321. Group D Stand pipe systems: Items 387 through 452. ALTERNATE 3. NATIONAL FIRE PROTECTION, LLC 3125 WEST COMMERCIAL BOULEVARD, SUITE 200 FT. LAUDERDALE, FLORIDA 33309 Second Total Low Meeting Specifications: Group A Sprinklers & fire pump systems: Items 1 through 125. Group C Sprinklers & deluge systems with control panels: Items 322 through 386. Page 2 of 3

4. BASS FIRE & SECURITY SYSTEMS, INC. 300 GATEWAY DRIVE POMPANO BEACH, FLORIDA 33069 Second Total Low Meeting Specifications: Group B Sprinklers with no fire pump: Items 126 through 321. Group D Stand pipe systems: Items 387 through 452. Authorize Procurement Management Services to purchase up to a total estimated amount of $3,750,000, for the initial contract term, and an amount not to exceed $1,250,000, for each subsequent one (1) year extension periods. Board authorization of this recommendation does not mean the amount shown will be expended. JMM/ac Page 3 of 3

Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: REJECT BID NO. ITB-14-044-CV VIDEO SURVEILLANCE CAMERA SYSTEMS FURNISH AND INSTALL REJECT BID NO. ITB-14-049-CV SECURITY CAMERA SYSTEMS FURNISH AND INSTALL COMMITTEE: FACILITIES AND CONSTRUCTION LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES This item requests the School Board s approval of the bid rejection identified below: Upon further review, staff has determined that it would be in the best interest of the District to reject all bids to revise specifications. The recommendation reflects that all bids be rejected to permit rebidding, using revised specifications. Competitive prices will be solicited for these items, as the need arises, pursuant to School Board Policy 6320, Purchasing: 1. Bid No. ITB-14-044-CV - VIDEO SURVEILLANCE CAMERA SYSTEMS FURNISH AND INSTALL AND AWARD, was to establish a pool of preapproved vendors to furnish equipment, materials and labor to install new turnkey video surveillance and security camera systems, for The School Board of Miami-Dade County, Florida. This Bid is recommended to be rejected to revise specifications to allow for a broader selection of items. 2. Bid No. ITB-14-049-CV - SECURITY CAMERA SYSTEMS FURNISH AND INSTALL, was to establish a pool of preapproved vendors to furnish equipment, materials and labor to install turnkey surveillance/security camera systems in schools and other facilities for The School Board of Miami-Dade County, Florida. This Bid is recommended to be rejected to revise specifications to allow for a broader selection of items. F-65 Page 1 of 3

RECOMMENDED: That The School Board of Miami-Dade County, Florida: JMM/cv 1. Reject Bid No. ITB-14-044-CV VIDEO SURVEILLANCE CAMERA SYSTEMS FURNISH and INSTALL, to permit rebidding, using revised specifications to allow for a broader selection of items. 2. Reject Bid No. ITB-14-049-CV SECURITY CAMERA SYSTEMS FURNISH AND INSTALL, to permit rebidding, using revised specifications to allow for a broader selection of items. Page 2 of 3

Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: AWARD BID NO. ITB-14-065-ND PROVIDE AMERICAN SIGN LANGUAGE INTERPRETATION/TRANSLITERATION, CAPTION AND/OR COMPUTER ASSISTED TRANSCRIPTION SERVICES FISCAL ACCOUNTABILITY LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services, at the request of the Office of Human Capital Management, the Office of Public Relations, and the Office of Academics and Transformation, released the above-referenced solicitation. The purpose of this Invitation to Bid is to select one or more agencies in the field of sign language interpretation to provide American Sign Interpretation/Transliteration to The School Board of Miami-Dade County, Florida. This is a term bid which states that the Board may purchase quantities, as may be needed, but is not obligated to purchase any guaranteed amount. This Invitation to Bid was advertised on the Procurement Management Services website, the DemandStar website, the Miami Times, and the Diario Las Americas newspapers, Bid Net and Florida Bid, as well as sent electronically to 23 potential bidders. The initial term of the bid shall be for two (2) years, commencing October 14, 2015, through October 13, 2017, and may, be mutual agreement between the School Board of Miami-Dade County, Florida, and the successful bidder, be extended for one (1) additional two (2) year period, and if needed, ninety (90) days beyond the expiration date of the current contract period. In an effort to obtain more participation from the local and certified small business enterprise vendors, Procurement developed two categories for vendors pricing: District wide and by geographic area. This way, vendors had an opportunity to bid for services in a smaller geographical area versus the entire M-DCPS district area. Based on the criteria listed in the solicitation and the results of the Best and Final pricing, the needs of The School Board of Miami-Dade County, Florida, and the price proposals submitted, three (3) vendors are being recommended for award, two primaries and one alternate. Of these three (3) vendors, one (1) vendor is new to this contract. E-141 Page 1 of 4

RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Invitation to Bid No. ITB-14-065-ND PROVIDE AMERICAN SIGN LANGUAGE INTERPRETATION/TRANSLITERATION, CAPTION AND/OR COMPUTER ASSISTED TRANSCRIPTION SERVICES, to provide American Sign Interpretation/Transliteration to The School Board of Miami-Dade County, Florida, including extensions thereto, as follows: PRIMARY: 1. IU, LLC dba ACD 4846 UNIVERSITY DRIVE, SUITE 354 LAUDERHILL, FL 33351 SHAMUS SAYED, VICE PRESIDENT OF SALES AND MARKETING DISTRICT WIDE Group 1: M-DCPS Students/Employees/Parents Item 1 Interpretation/Transliteration Services @ $62.90 Item 2 Computer Assisted Transcription Services @ $9.95. Item 5 RID (all certifications) @ $62.90 per hour. Item 6 CART or C-Print @ $9.95. Group 2: The School Board of Miami-Dade County, Florida Item 1 Interpretation/Transliteration Services @ $62.90 per hour. 2. NATIONWIDE INTERPRETER RESOURCE, INC. P.O. BOX 272142 BOCA RATON, FL 33427 JUNE BACKER, PRESIDENT DISTRICT WIDE Group 1: M-DCPS Students/Employees/Parents Item 3 QAII/EIEII @ $49.50 per hour. Item 4 QAIII/EIEIII @ $59.50 per hour. Page 2 of 4

ALTERNATE: 1. IU, LLC dba ACD 4846 UNIVERSITY DRIVE, SUITE 354 LAUDERHILL, FL 33351 SHAMUS SAYED, VICE PRESIDENT OF SALES AND MARKETING DISTRICT WIDE Group 1: M-DCPS Students/Employees/Parents Item 3 QAII/EIEII @ $62.90 per hour. Item 4 QAIII/EIEIII @ $62.90 per hour. 2. NATIONWIDE INTERPRETER RESOURCE, INC. P.O. BOX 272142 BOCA RATON, FL 33427 JUNE BACKER, PRESIDENT DISTRICT WIDE Group 1: M-DCPS Students/Employees/Parents Item 5 RID (all certifications) @ $63.50 per hour. Item 6 C-Print @ $63.50 per hour. Group 2: The School Board of Miami-Dade County, Florida Item 1 Interpretation/Transliteration Services @ $63.50 per hour. 3. TRUSTED TRANSLATIONS, INC. 66 WEST FLAGLER ST., SUITE 1200 MIAMI, FL 33130 RICHARD ESTEVEZ, CEO/PRESIDENT (New Vendor) DISTRICT WIDE Group 1: M-DCPS Students/Employees/Parents Item 1 Interpretation/Transliteration Services @ $63.25 Item 3 QAII/EIEII @ $62.50 per hour. Item 4 QAIII/EIEIII @ $62.50 per hour. Item 5 RID (all certifications) @ $63.25 per hour. Page 3 of 4

Group 2: The School Board of Miami-Dade County, Florida Item 1 Interpretation/Transliteration Services @ $63.25 per hour. Authorize Procurement Management Services to purchase up to the total estimated amount of $4,800,000 for the initial contract term and an amount not to exceed $4,800,000 for the subsequent two (2) year extension period. JMM/nd Page 4 of 4

Office of Superintendent of Schools September 30, 2015 Board Meeting of October 14, 2015 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: LINK TO STRATEGIC BLUEPRINT: AWARD RFP NO. RFP-14-020-MT TEENAGE PARENT PROGRAM (TAP) CHILDCARE SERVICES FISCAL ACCOUNTABILITY EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services, at the request of The Office of School Operations released the above-referenced solicitation. The purpose of this Request for Proposal is to select qualified and experienced agencies to facilitate the Teenage Parent Program childcare services for The School Board of Miami-Dade County, Florida. These services include eligibility determination, program monitoring and compliance to Board policies, TAP program recruitment, marketing and educational seminars for parents. All childcare services must be provided within licensed and accredited early care and education centers. This Request for Proposals was advertised on the Miami-Dade County Public Schools Procurement website, the DemandStar website, Bid Net, Florida Bid, the Miami Times and El Diario Las Americas newspapers, and emailed to 10 potential bidders. The initial term of the bid shall be for one (1) year period, commencing October 14, 2015 through October 13, 2016, and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidders, be extended for four (4) additional one (1) year periods. The Selection Committee reviewed and discussed the two (2) proposals submitted, the Early Learning Coalition of Miami-Dade/Monroe, Inc. and Lincoln-Marti Community Agency, Inc. Both proposers have successfully completed this work for the District in the past. The Early Learning Coalition of Miami-Dade/Monroe, Inc. is the administrative entity, assigned by Florida s Office of Early Learning, to facilitate all early care and education programs in Miami-Dade and Monroe counties, by contracting with early care and education providers. Lincoln-Marti Community Agency, Inc. is a provider of early care and education programs throughout Miami-Dade County. E-142 Page 1 of 3

After considerable discussion, review of scoring criteria and results of the savings of 7% from the best and final pricing, the Selection Committee has recommended to award both vendors. The Early Learning Coalition shall provide TAP childcare services to all accredited early care and education providers, excluding the Lincoln-Marti s accredited early care and education provider locations. Lincoln-Marti shall provide TAP services to all its accredited centers only. Fund Source 6049 & 5120 Contracts RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD RFP No. ITB-14-020-MT TEENAGE PARENT PROGRAM (TAP) CHILDCARE SERVICES, to select qualified and experienced agencies to facilitate the TAP childcare services, for The School Board of Miami-Dade County, Florida, including extensions thereto, as follows: 1. EARLY LEARNING COALITION OF MIAMI- DADE/MONROE, INC. 2555 PONCE DE LEON, SUITE 500 CORAL GABLES, FL 33134 OWNER: EVELIO C. TORRES, PRESIDENT/CEO a. Gold Seal Rates for Infants 0-12 Months: $35.24 per day b. Gold Seal Rates for Toddler 1-2 Years: $31.46 per day c. Gold Seal Rates for Toddler 2-3 Years: $30.71per day d. Gold Seal Rates for Preschool 3-4 Years: $28.94 per day e. Special Needs: i. Gold Seal Rates for Infants 0-12 Months: $41.14 per day ii. Gold Seal Rates for Toddler 1-2 Years: $36.70 per day iii. Gold Seal Rates for Toddler 2-3 Years: $35.70 day iv. Gold Seal Rates for Preschool 3-4 Years: $33.61 per day v. Gold Seal Rates for School Age: $30.38 per day f. School Age: $26.28 per day Page 2 of 3

2. LINCOLN-MARTI COMMUNITY AGENCY, INC. 2700 S.W. 8 TH STREET MIAMI, FL 33135 OWNER: ARMINDA ESPINOSA, PRESIDENT a. Gold Seal Rates for Infants 0-12 Months: $31 per day b. Gold Seal Rates for Toddler 1-2 Years: $26.20 per day c. Gold Seal Rates for Toddler 2-3 Years: $24.76 per day d. Gold Seal Rates for Preschool 3-4 Years: $23.32 per day e. Special Needs: i. Gold Seal Rates for Infants 0-12 Months: $36.62 per day ii. Gold Seal Rates for Toddler 1-2 Years: $32.30 per day iii. Gold Seal Rates for Toddler 2-3 Years: $31.43 per day iv. Gold Seal Rates for Preschool 3-4 Years: $29.70 per day v. Gold Seal Rates for School Age: $29.70 per day f. School Age: $22.82 per day Authorize Procurement Management Services to purchase up to the total estimated amount of $1,000,000 for the initial contract term, and an amount not to exceed $1,000,000 for the subsequent one (1) year extension periods. Board authorization of this recommendation does not mean the amount shown will be expended. JMM/mt Page 3 of 3