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

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

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

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

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

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

DORAL BUSINESS COUNCIL INFORMATIONAL BUSINESS SEMINAR

SOUTHERN FLORIDA MINORITY SUPPLIER DEVELOPMENT COUNCIL CONSTRUCTION INDUSTRY GROUP MEETING

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

Procedure Manual. Minority/Women Business Enterprise Program

Office of Superintendent of Schools September 23, 2014 Board Meeting of October 7, 2014

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

BID ADDENDUM. Addendum No. 1 DESERT VENDING PROGRAM

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

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

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

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

BUSINESS DIVERSITY OUTREACH PROGRAM

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

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA. Miami, Florida. Excerpts from Unofficial Minutes of February 21, 2018 School Board Meeting

SMALL DISADVANTAGED BUSINESS PROGRAM APPLICATION

SUBCONSULTANT/SUBCONTRACTOR PROCUREMENT

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

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

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

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

TENNESSEE EDUCATION LOTTERY CORPORATION. Invitation to Bid

M/WBE PROGRAM OVERVIEW

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

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

Procurement Policies. and. Procedures. Manual

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

Procurement Policies. and. Procedures. Manual

SCDOT MINORITY BUSINESS ENTERPRISE UTILIZATION PLAN

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

ITB # Law Enforcement Vehicle Equipment Installation

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

Procurement Review Summary SY (CYCLE 2)

CALENDAR OF EVENTS NOVEMBER

SECOND REQUEST FOR PROPOSALS. for

CALENDAR OF EVENTS DECEMBER NOVEMBER

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

REQUEST FOR PROPOSAL FOR LEGAL SERVICES

AGENDA REPORT. Meeting Date: December 21, 2010 Item Number: F 23

Instructions Regarding the Invitation for Bid and Contract Process For the National School Lunch and School Breakfast Programs Vended Meal Services

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

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

STANDARD PROCEDURE Number: S410.10

POLICY 6800 PROCUREMENT

ipt BOARD OF AIRPORT COMMISSIONERS REPORT TO THE

REQUEST FOR PROPOSALS ONLINE ANALYTICAL PROCESSING / BUSINESS INTELLIGENCE SYSTEM 2004 THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA

Welcome to the Oregon Child Nutrition Program training on procurement. This training is a brief overview of procurement.

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR PROFESSIONAL SERVICES

Construction Management (CM) Procedures

HOW TO DO BUSINESS WITH THE CITY OF VALDOSTA, GEORGIA

Welcome to the City of Chicago. Department of Procurement Services

LEGAL NOTICE Request for Proposal for Services

REQUEST FOR PROPOSALS FOR FUNDRAISING SERVICES

Doing Business with Putnam County and the Empire State Purchasing Group

Miami-Dade County Expressway Authority. Policy For Receipt, Solicitation And Evaluation Of Public. Private Partnership Proposals

Procurement. TASN June 23, Presented by: Jackie Cantu, Compliance Coordinator Elizabeth Gonzales, Commodity Operations Director

NON-INSTRUCTIONAL SERVICES: Purchasing

Slide 1. Welcome to the Oregon Child Nutrition Program training on procurement.

Special Review of. Active Net Payments For Community School Programs

Greater New England Minority Supplier Development Council (GNEMSDC) Eds/Meds/Pharma Symposium Boston Convention & Exhibition Center

Below are five basic procurement methods common to most CDBG projects:

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

OFFICE OF INSPECTOR GENERAL PALM BEACH COUNTY

CITY OF MIAMI SECTION 3 ECONOMIC OPPORTUNITY PLAN QUESTIONS

RESTORE Program - Residential Emergency Services to Offer (Home) Repairs to the Elderly Program Year 2014 Request for Proposals (RFP)

WATERFRONT COMMISSION OF NEW YORK HARBOR

REQUEST FOR PROPOSAL EPISCOPAL COMMUNITY SERVICES HEAD START INTERNET ACCESS & TELECOMMUNICATIONS INVITATION TO BID

REQUEST FOR PROPOSALS: PROFESSIONAL AUDITING SERVICES

Florida Department of Transportation 605 Suwannee Street Tallahassee, FL

REQUEST FOR PROPOSAL. Colorado Telehealth Network. Healthcare Connect Fund Net Connect Project. Requested by

REQUEST FOR PROPOSAL Non-Custodial Parent Employment Program ISSUED February 20, RFP No

Florida Farm to School Award Program

KAREN E. RUSHING. Audit of the Vendor Selection Process

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

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

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

Florida Power & Light Company s Firm Gas Transportation Request for Proposals Pre-Proposal Workshop. January 16, 2013

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

Invitation to Negotiate For TAMPA BAY H-1B TECHNICAL SKILLS TRAINING PROGRAM: PROGRAM EVALUATION SERVICES

City Commission Agenda Cover Memorandum

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

How to do Business with HISD

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

RESOLUTION NUMBER 2877

COUNTY OF LOS ANGELES

Attachment A. Procurement Contract Submission and Conflict of Interest Policy. April 23, 2018 (revised)

Disadvantaged Minority/Disadvantaged Women Business Enterprise Good Faith Effort Determination Form Instructions

RESPECT of Florida. Proposal for Assignment. For RESPECT Grant for Micro Enterprise/Self Employment. Employment Center Name

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 49 EFFECTIVE DATE: JULY 1, 2018 REVISION #4: JULY 1, 2018

Ontario School District 8C

General Services Agency

FLORIDA DEPARTMENT OF CORRECTIONS

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

Akerman Practice Update

Transcription:

Office of Superintendent of Schools March 22, 2017 Board Meeting of April 5, 2017 Financial Services Mrs. Judith M. Marte, Chief Financial Officer COMMITTEE: FISCAL ACCOUNTABILITY E-35 16-037-MT AUTHORIZE REQUEST FOR PROPOSALS (RFP) NO. RFP- 16-037-MT - BANKING SERVICES E-141 16-006-AC AWARD INVITATION TO BID NO. ITB-16-006-AC PEST CONTROL EXTERMINATION AND REMOVAL SERVICE E-142 15-052-HR REJECT INVITATION TO BID NO. ITB-15-052-HR MAINTENANCE AND REPAIR OPERATIONS (MRO) MATERIALS, EQUIPMENT AND SUPPLIES E-143 15-052-HR REJECT REQUEST FOR PROPOSALS (RFP) NO. RFP-15-035-MT - RESTORATIVE JUSTICE PRACTICE PILOT PROGRAM SERVICES E-145 16-012-MT AWARD INVITATION TO BID NO. ITB-16-012-MT WIRELESS NETWORKS TELECOMMUNICATIONS (MAINTENANCE, REPAIR & NEW INSTALLATION) E-146 16-013-MT AWARD INVITATION TO BID NO. ITB-16-013-MT WIRING, TELECOMMUNICATIONS (FURNISH, INSTALL, VOICE & DATA) E-147 16-036-AC AWARD REQUEST FOR PROPOSALS NO. RFP-16-036- AC MAINLINE FOOD AND DISTRIBUTION SERVICE

Office of Superintendent of Schools Board Meeting of April 5, 2017 March 22, 2017 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: LINK TO STRATEGIC BLUEPRINT: REQUEST AUTHORIZATION TO NEGOTIATE AND ENTER INTO CONTRACTUAL SERVICES AGREEMENTS WITH THE BANK OF AMERICA, N.A.; BANK OF NEW YORK MELLON TRUST COMPANY, N.A.; JP MORGAN CHASE BANK, N.A.; US BANK, N.A.; AND WELLS FARGO BANK, N.A.; PURSUANT TO REQUEST FOR PROPOSAL NO. 16-037-MT BANKING SERVICES FISCAL ACCOUNTABILITY EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Request for Proposal (RFP) Number 16-037-MT BANKING SERVICES was issued on December 8, 2016, with the goal to obtain reliable, secure, cost effective and efficient processing of financial transactions and services to replace the current banking contracts expiring at the end of August 2017. A total of 6 vendors provided responses on February 2, 2017 for this term proposal. The proposers were allowed to provide proposals for all or specific banking services. A meeting of the Selection Committee, which included representatives of the School District and a member of the District s Treasury Advisory Committee, was held on March 2, 2017 to evaluate the proposals received from Bank of America, N.A.; Bank of New York Mellon Trust Company, N.A.; City National Bank of Florida; JPMorgan Chase Bank, N.A.; US Bank, N.A.; and Wells Fargo Bank, N.A. The proposals were evaluated based on the criteria set forth in the RFP and after a lengthy review and discussion of each proposal, the Committee recommended the following financial institutions for the respective services: Bank of America, N.A. Bank of New York Mellon, N.A. JPMorgan Chase Bank, N.A. US Bank, N.A. Wells Fargo Bank, N.A. Merchant Services Supplemental Early Retirement Plan (SERP) Custody Purchasing Credit Card Payroll Pay Card General Banking Services and Custody In addition to meeting the District s banking needs and RFP requirements, all the vendors selected provided the best and final prices for each respective service category. Including all banking services, the District will save over $150,000 overall for the entire 6-year optional contract term. Page 1 of 2 E-35

RECOMMENDED: That The School Board of Miami-Dade County, Florida, authorize the Superintendent of Schools to negotiate and enter into a contractual services agreement between The School Board of Miami-Dade County, Florida, and Bank of America, N.A.; Bank of New York Mellon Trust Company, N.A.; JPMorgan Chase Bank, N.A.; US Bank, N.A.; and Wells Fargo Bank, N.A., pursuant to Request For Proposals No. 16-037-MT BANKING SERVICES, to provide banking and financial services as stipulated in the RFP for an initial term of three (3) years, effective on or about September 1, 2017, through August 31, 2020, with one additional three (3) years renewal option, as follows: Highest Rated Banking Services Proposals 1. Bank of America, N.A. 222 Lakeview Ave., Suite 600 West Palm Beach, FL 33401 Stephen B. Lenehan, Senior Vice President (Merchant Services-Florida State Contract) 2. Bank of New York Mellon Trust Company, N.A. 10161 Centurion Parkway, 2 nd Floor Jacksonville, FL 32256 Sheila S. Papelbon, Vice President (SERP Custody and Disbursements) 3. JPMorgan Chase Bank, N.A. 1450 Brickell Ave. Floor 33 Miami, FL 33131 Ralph Hildevert, Relationship Executive (Purchasing Credit Cards) 4. US Bank, N.A. 200 South Sixth Street Minneapolis, MN 55402 Peter L. Klukken, Senior Vice President (Payroll Pay Cards) 5. Wells Fargo Bank, N.A. 350 E. Las Olas Blvd. Fort Lauderdale, FL 33301 Jacqueline Kobialko, Vice President (Core Banking, Custody and ATM Services) Page 2 of 2

Office of Superintendent of Schools March 22, 2017 Board Meeting of April 5, 2017 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: AWARD INVITATION TO BID NO. ITB-16-006-CV PEST CONTROL EXTERMINATION AND REMOVAL SERVICE FISCAL ACCOUNTABILITY LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services, at the request of District Inspections, released the above-referenced solicitation. The purpose of this Invitation to Bid (ITB) is to establish a list of preapproved vendors to furnish labor, supervision, equipment and materials necessary to perform pest control extermination and removal service. This is a term bid which states that the Board may purchase quantities as 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, BidNet, Florida Bid, The Miami Times and the Diario Las Americas newspapers as well as emailed to 25 potential bidders, which included one (1) Small/Micro Business Enterprise (SBE/MBE) vendor registered to this commodity code. The initial term of the bid shall be for two (2) years, commencing April 5, 2017 through April 4, 2019, 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. Strategies were employed to increase SBE/MBE participation. The Goal Setting Committee recommended that this solicitation be open with a 5% SBE/MBE, and a 10% preference for local vendors. Seven (7) vendors responded to this advertised bid. Based on the criteria listed in the solicitation, the contract shall be awarded to five (5) vendors of which two (2) are certified as a Minority/Women Business Enterprise (M/WBE) and/or a MBE, which represents 40% SBE/MBE participation and 60% preference for local vendors. Fund Source Various E-141 Page 1 of 3

RECOMMENDED: That The School Board of Miami-Dade County, Florida: 1. AWARD Invitation To Bid No. ITB-16-006-CV PEST CONTROL EXTERMINATION AND REMOVAL SERVICE, to establish a list of preapproved vendors, to furnish all labor, supervision, equipment and materials necessary to perform pest control extermination and removal service for the Department of Safety and Emergency Management with an initial effective date of April 5, 2017 through April 4, 2019, and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidder, be extended for three (3) additional one (1) year extension periods thereto, as follows: a. BEACH ENVIRONMENTAL EXTERMINATING INC. 6911 GARDEN ROAD RIVERA BEACH, FL 33404 OWNER/OFFICER: DAVID N. SPRAGUE, DIRECTOR b. EL TORO EXTERMINATOR OF SOUTH FLORIDA, INC. D.B.A. TORO PEST MANAGEMENT M/WBE 1460 N. W. 107 TH AVENUE, UNIT 1 MIAMI, FL 33172 OWNER/OFFICER: ALEJANDRO PEREZ, PRESIDENT HISPANIC-AMERICAN c. SOUTHERN SERVICE SOLUTIONS MBE/ M/WBE 16878 S. W. 97 TH TERRACE MIAMI, FL 33196 OWNER/OFFICER: JESUS MARTINEZ HISPANIC-AMERICAN d. TOWER PEST CONTROL, INC. 7760 W. 20 TH AVENUE, BAY #14 HIALEAH, FL 33016 OWNER/OFFICER: FRANCISCO TORRE, PRESIDENT e. VANWAL INC, D.B.A. VANWAL ENVIRONMENTAL 5475 ST. JAMES DRIVE, #401 PORT SAINT LUCIE, FL 34983 OWNER/OFFICER: ROBERTA VAN MOORLEGHEM Page 2 of 3

2. AUTHORIZE Procurement Management Services to purchase, at quantities, as may be required of labor, supervision, equipment and materials necessary to perform pest control extermination and removal service, for up to the total estimated amount of $400,000, for the initial contract term, and an amount not to exceed $200,000, for each subsequent one (1) year extension period(s). Board authorization of this recommendation does not mean the amount shown will be expended. JMM/cv Page 3 of 3

Office of Superintendent of Schools March 22, 2017 Board Meeting of April 5, 2017 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: REJECT INVITATION TO BID NO. ITB-15-052-HR MAINTENANCE AND REPAIR OPERATIONS (MRO) MATERIALS, EQUIPMENT AND SUPPLIES COMMITTEE: FISCAL ACCOUNTABILITY LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES This item requests the School Board s approval of the bid rejection identified below: INVITATION TO BID (ITB) NO. ITB-15-052-HR MAINTENANCE AND REPAIR OPERATIONS (MRO) MATERIALS, EQUIPMENT AND SUPPLIES was released to establish a contract at fixed, firm prices for materials, equipment, supplies, parts, and tools for the Maintenance Material Management (MMM) warehouse. Twelve (12) bidders responded however, there were no competitive responses to most of the twenty-three (23) categories. As a result of insufficient responses, Procurement Management Services does not have enough comparative information to ensure that this bid is at market price and is competitive. As such, this Bid is recommended for rejection and for re-release for more potential vendor participation, with revised specifications. RECOMMENDED: That The School Board of Miami-Dade County, Florida, REJECT Invitation To Bid No. ITB-15-052-HR Maintenance and Repair Operations (MRO) Materials, Equipment and Supplies, to permit rebidding. Page 1 of 1 E-142

Office of Superintendent of Schools March 22, 2017 Board Meeting of April 5, 2017 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: REJECT REQUEST FOR PROPOSALS (RFP) NO. RFP-15-035-MT - RESTORATIVE JUSTICE PRACTICE PILOT PROGRAM SERVICES FISCAL ACCOUNTABILITY LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES This item requests the School Board s approval of the bid rejection identified below: REQUEST FOR PROPOSALS (RFP) NO. RFP-15-035-MT - RESTORATIVE JUSTICE PRACTICE PILOT PROGRAM SERVICES, was released to select qualified and experienced individuals and/or organizations for the development and implementation of a restorative practices pilot program services in Miami-Dade County Public Schools. On July 13, 2016, the School Board approved Agenda Item # E-141 to award the above-referenced RFP to Eradicating the School-To-Prison Pipeline Foundation, Inc. After several months of negotiating, this Bid is recommended to be rejected as parties were unable to agree to terms to finalize a contract. RECOMMENDED: That The School Board of Miami-Dade County, Florida, REJECT REQUEST FOR PROPOSALS NO. RFP-15-035-MT - RESTORATIVE JUSTICE PRACTICE PILOT PROGRAM SERVICES, to permit rebidding, as the committee was unable to agree to terms to finalize a contract. JMM/mt E-143 Page 1 of 1

Office of Superintendent of Schools March 22, 2017 Board Meeting of April 5, 2017 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: AWARD INVITATION TO BID NO. ITB-16-012-MT WIRELESS NETWORKS TELECOMMUNICATIONS (MAINTENANCE, REPAIR & NEW INSTALLATION) FISCAL ACCOUNTABILITY LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services, at the request of the Office of Information Technology Services, released the above-referenced solicitation. The purpose of this Invitation to Bid (ITB) is to establish a list of pre-approved vendors to furnish wireless networking technology for Miami-Dade County Public Schools (M-DCPS) sites. M-DCPS views wireless networking technology as a supplement to the hard-wired infrastructure. This is a term bid which states that the Board may purchase services as needed, but is not obligated to purchase any guaranteed amount. This ITB was advertised on the Procurement Management Services website, the Demandstar website, BidNet, Florida Bid, The Miami Times, and the Diario Las Americas newspapers, as well as emailed to 305 potential bidders, which included six (6) Micro Business Enterprise (MBE) vendors registered to this commodity code. The initial term of the bid shall be for two (2) years, commencing July 1, 2017, though June 30, 2019, 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. Strategies were employed to increase Small Business Enterprise (SBE)/MBE participation. The Goal Setting Committee recommended that this solicitation be open with a 15% SBE/MBE participation goal. Six (6) vendors responded to this advertised bid. Based on the criteria listed in the solicitation, the contract shall be awarded to six (6) vendors of which three (3) are certified as a SBE and/or Minority/Women Business Enterprise (M/WBE). The goal was exceeded at fifty (50) percent. Fund Source 0100-General Page 1 of 3 E-145

RECOMMENDED: That the School Board of Miami-Dade County, Florida: 1. AWARD Invitation To Bid No. ITB-16-012-MT WIRELESS NETWORKS TELECOMMUNICATIONS (MAINTENANCE, REPAIR & NEW INSTALLATION), to establish a list of preapproved vendors to furnish wireless networking technology, for the Miami-Dade County Public Schools sites, with an effective date of July 1, 2017 through June 30, 2019, 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 extension periods thereto, as follows: a. CDW GOVERNMENT LLC 230 NORTH MILWAUKEE AVENUE VERNON HILLS, ILLINOIS 60061 OWNER/OFFICER: THOMAS RICHARDS b. ELECTRONACA INC. 7000 WEST PALMETTO PARK ROAD, SUITE 210 BOCA RATON, FLORIDA 33433 OWNER/OFFICER: IRENE SULBARAN, PRESIDENT c. PC SOLUTIONS & INTERGRATION, INC. 4937 S.W. 75TH AVENUE MIAMI, FLORIDA 33155 OWNER/OFFICER: MICHELLE RUDNICK, PRESIDENT d. IPHONE & IPAD WAREHOUSE, LLC. MBE/M/WBE 18149 N.E. 19 TH AVENUE NORTH MIAMI BEACH, FLORIDA 33162 OWNER/OFFICER: BRIAN FARRELL, MANAGER AFRICAN-AMERICAN MALE e. STRUCTURED CABLING SOLUTIONS SBE/M/WBE 5632 N.W. 161 TH STREET MIAMI GARDENS, FLORIDA 33014 OWNER/OFFICER: SYED A. SHAH, CEO ASIAN AMERICAN f. UNITED DATA TECHNOLOGIES M/WBE 8825 N.W. 21 TERRACE DORAL, FLORIDA 33172 OWNER/OFFICER: ENRIQUE FLECHES, CEO HISPANIC-AMERICAN MALE Page 2 of 3

2. AUTHORIZE Procurement Management Services to purchase, up to the total estimated amount of $3,000,000, for the initial contract term, and an amount not to exceed $1,500,000 for each subsequent one (1) year extension period(s). Board authorization of this recommendation does not mean the amount shown will be expended. JMM/hws Page 3 of 3

Office of Superintendent of Schools March 22, 2017 Board Meeting of April 5, 2017 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: AWARD INVITATION TO BID NO. ITB-16-013-MT WIRING, TELECOMMUNICATIONS (FURNISH, INSTALL, VOICE & DATA) FISCAL ACCOUNTABILITY LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services, at the request of the Office of Information Technology Services, released the above-referenced solicitation. The purpose of this Invitation to Bid (ITB) is to establish a list of preapproved vendors to provide wiring services for voice and data systems and to provide underground conduit and raceways in schools and other buildings throughout Miami-Dade County Public Schools (M-DCPS). This is a term bid which states that the Board may purchase services as needed, but is not obligated to purchase any guaranteed amount. This ITB was advertised on the Procurement Management Services website, the Demandstar website, BidNet, Florida Bid, The Miami Times, and the Diario Las Americas newspapers, as well as emailed to 170 potential bidders, which included seventeen (17) Micro Business Enterprise (MBE) vendors registered to this commodity code. The initial term of the bid shall be for two (2) years, commencing July 1, 2017, though June 30, 2019, 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. Strategies were employed to increase Small Business Enterprise (SBE)/MBE participation. The Goal Setting Committee recommended that this solicitation be open with a 20% SBE/MBE participation goal. Eight (8) vendors responded to this advertised bid. Based on the criteria listed in the solicitation, the contract shall be awarded to eight (8) vendors of which two (2) are certified as a SBE, MBE and/or Minority/Women Business Enterprise (M/WBE) certified. The goal was exceeded at 25%. Fund Source 0100-General Page 1 of 3 E-146

RECOMMENDED: That the School Board of Miami-Dade County, Florida: 1. AWARD Invitation To Bid No. ITB-16-013-MT - WIRING, TELECOMMUNICATIONS (FURNISH, INSTALL, VOICE & DATA), to establish a list of preapproved vendors to provide wiring services for voice and data systems and to provide underground conduit and raceways in schools and other buildings for Miami-Dade County Public Schools (M-DCPS), with an effective date of July 1, 2017 through June 30, 2019, 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 extension periods thereto, as follows: a. EXTENYS INC. 1110 BRICKELL AVENUE #430 MIAMI, FLORIDA 33131 OWNER/OFFICER: MIKE TOOMER b. MIAMI BUSINESS TELEPHONE CORPORATION 4933 S.W. 74TH CT MIAMI, FLORIDA 33155 OWNER/OFFICER: MARIA COLLANTES, PRESIDENT c. QUALITY CABLE CONTRACTORS, INC. 207 NORTH GOLDENROD ROAD, SUITE 600 ORLANDO, FLORIDA 32807 OWNER/OFFICER: JORGE DEL RIO, PRESIDENT d. QUALITY WIRING, INC. SBE 10055 N.W. 19TH STREET DORAL, FLORIDA 33172 OWNER/OFFICER: DENNIS G. DANDRINOS, PRESIDENT e. STRIKE INDUSTRIES, INC. 3446 S.W. 15 TH STREET DEERFIELD, FLORIDA 33442 OWNER/OFFICER: CHRISTOPHER SELLATI f. STRUCTURING CABLE CONTRACTORS SBE/MBE/M/WBE 2300 WEST 80TH STREET, SUITE 3 MIAMI, FLORIDA 33016 OWNER/OFFICER: SYED A. SHAH, CEO ASIAN AMERICAN Page 2 of 3

g. SYTEC ISA, INC. 7141 NORTH WATERWAY DRIVE MIAMI, FLORIDA 33155 OWNER/OFFICER: ARMANDO GARCIA h. TROPICAL COMMUNICATIONS, INC. 6937 N.W. 82 ND AVENUE MIAMI, FLORIDA 33166 OWNER/OFFICER: WILLIAM F. DEVIERNO 2. 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 $4,000,000 for each subsequent one (1) year extension period(s). Board authorization of this recommendation does not mean the amount shown will be expended. Page 3 of 3

Office of Superintendent of Schools March 22, 2017 Board Meeting of April 5, 2017 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: AWARD REQUEST FOR PROPOSALS NO. RFP-16-036-AC MAINLINE FOOD AND DISTRIBUTION SERVICE COMMITTEE: FISCAL ACCOUNTABILITY LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services, at the request of the Department of Food and Nutrition, released the above-referenced solicitation. The purpose of this Request for Proposals ( RFP ) is to seek qualified distributors to purchase and deliver food and food supply products, including, but not limited to, main entrée, beverages, grocery/staple items, commodity processed items, and paper products for use in the National School Lunch and School Breakfast Programs. Distribution of the specific products will be made to M-DCPS s approximately 392 school sites. This RFP was advertised on the Procurement Management Services website, the Demandstar website, BidNet, Florida Bid, The Miami Times and the Diario Las Americas newspapers, as well as emailed to 290 potential bidders, which included 2 Small/ Micro Business Enterprise and Minority/Women Business Enterprise (SBE/MBE/MWBE) vendors registered to the applicable commodity codes. The initial term of the bid shall be for three (3) years, commencing July, 1, 2017 through June 30, 2020, and may, by mutual agreement between the School Board of Miami-Dade County, Florida, and the successful bidders, be extended for two (2) additional one (1) year periods. Strategies were employed to increase SBE/MBE participation. The Goal Setting Committee recommended that this solicitation be open, as only two (2) vendors were registered within the commodity code(s). The Selection Committee reviewed the only proposal received from US Foods, Inc. This proposer is the current incumbent who has provided satisfactory services to the District for the past 4 years as reported by the Department of Food and Nutrition. After considerable discussion and recognition that the proposer retained the current pricing within the RFP response; the Selection Committee has recommended the award to US Foods, Inc. E-147 Page 1 of 2

RECOMMENDED: That The School Board of Miami-Dade County, Florida: 1. AWARD Request For Proposals No. RFP-16-036-AC MAINLINE FOOD AND DISTRIBUTION SERVICES, seek qualified distributors to purchase and deliver food and food supply products, including, but not limited to, main entrée, beverages, grocery/staple items, commodity processed items, and paper products for use in the National School Lunch and School Breakfast programs for The School Board of Miami-Dade County, Florida, effective July, 1, 2017 through June 30, 2020, 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 extension period thereto, as follows: US FOODS, INC. 7598 N.W. 6 TH AVENUE BOCA RATON, FLORIDA 33487 OWNER/OFFICER: CRAIG KEPPEN, REGIONAL DIRECTOR BUSINESS DEVELOPMENT Fixed Delivery Fee Per Case - $1.17 Fixed Storage Fee Per Case - $.29 For USDA direct ship items only, after sixty (60) days of receipt of order 2. AUTHORIZE Procurement Management Services to purchase up to the total estimated amount of $165,000,000, for the initial contract term of three years, and an amount not to exceed $60,000,000, for each subsequent one (1) year extension period (s). Board authorization of this recommendation does not mean the amounts shown will be expended. Page 2 of 2