FISCAL ACCOUNTABILITY E-141 15-008-MT AWARD ITB NO. RFP-15-008-MT CHARTER SCHOOL MONITORING SYSTEM E-142 15-040-AC AWARD BID NO. ITB-15-040-AC REFRIGERATED DELIVERY OF SUMMER MEALS E-143 15-020-YWP AWARD REQUEST FOR PROPOSAL NO. RFP-15-020- YWP, EDUCATIONAL AND SOCIOEMOTIONAL SERVICES FOR AT-RISK STUDENTS E-144 14-066-YWP REJECT ITB-14-066-YWP PROGRAM EVALUATION CONSULTANT SERVICES E-145 15-059-MT APPROVE AWARD ITB NO. ITB-15-059-MT, STUDENT UNIFORM SERVICES FACILITIES AND CONSTRUCTION F-60 15-025-CV AWARD ITB NO. ITB-15-025-CV SECURITY CAMERA/VIDEO SURVEILLANCE SYSTEMS FURNISH AND INSTALL F-61 15-050-MT REJECT ITB NO. ITB-15-050-MT SALE OF A PORTION OF BOARD-OWNED PROPERTY LOCATED AT N.E. 2 ND AVENUE AND N.E. 40 TH STREET F-62 15-042-YWP AWARD BID NO. ITB-15-042-YWP COMMERCIAL LEASING OF PAVED-PARKING FACILITIES AT FIENBERG FISHER K-8 CENTER
SUBJECT: AWARD RFP NO. RFP-15-008-MT CHARTER SCHOOL MONITORING SYSTEM FISCAL ACCOUNTABILITY LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services at the request of the Department of Charter Schools Support, released the above-referenced solicitation. The purpose of this Request for Proposal is to select qualified and experienced firms to assist The School Board of Miami-Dade County, Florida in the development and implementation of charter school system services for charter schools managed by Miami-Dade County Public Schools. The District has a statutory obligation to oversee the monitoring of all charter schools in areas such as mission-specific goals, student performance, operations, finance and governance. Proposals were being solicited from qualified individuals and/or firms for the implementation and maintenance of a user and mobile friendly, web-based, electronic management compliance system, which will serve to assist the Department of Charter School Support in the collection of data, administration of records and assistance with the compliance and monitoring of charter schools. This RFP was advertised on the Miami-Dade County Public Schools 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 473 potential bidders. The initial term of the bid shall be for two (2) year period, commencing April 13, 2016 through April 12, 2018, and may, by mutual agreement between the School Board of Miami-Dade County, Florida, and the successful bidder(s), be extended for two (2) additional one (1) year periods. Strategies were employed to increase SBE/MBE participation however, during the Goal Setting Committee meeting, the recommendation for this solicitation was to be open, not sheltered, as a large number of SBE/MBE vendors were not identified within the commodity code(s). Page 1 of 2 E-141
The Selection Committee reviewed the following four (4) vendor proposals: Critical Elements, LLC; SF Solutions, LLC.; Building Hope A Charter School Facilities Fund; and Wested. After considerable discussion and the Best and Final price savings of $56,000 for the initial two year term, the Selection Committee has recommended the award to one (1) vendor, Critical Elements, LLC. Fund Source Various RECOMMENDED: That The School Board of Miami-Dade County, Florida: JMM/mt 1. award RFP No. RFP-15-008-MT CHARTER SCHOOL MONITORING SYSTEM, to select qualified and experienced firms to assist The School Board of Miami-Dade County, Florida in the development and implementation of charter school system services managed by Miami-Dade County Public Schools, effective April 13, 2016 through April 12, 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 extension periods thereto, as follows: CRITICAL ELEMENTS, LLC 16808 N.E 106 TH STREET REDMOND, WASHINGTON 98052 OWNER/OFFICER: YEHUDA ROMANO, CHIEF TECHNOLOGY OFFICER 2. authorize Procurement Management Services to purchase up to the total estimated amount of $160,000, for the initial contract term of two years, and an amount not to exceed $80,000, 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
SUBJECT: AWARD BID NO. ITB-15-040-AC REFRIGERATED DELIVERY OF SUMMER MEALS 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 Invitation to bid is to purchase, at a firm unit price, delivery of prepared breakfast, lunches and snacks with beverages, 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 Invitation to Bid was advertised on the Miami-Dade County Public Schools Procurement Management Services website, the Demandstar website, Bid Net, Florida Bid, The Miami Times and The Diario Las Americas newspapers, as well as emailed to 48 potential bidders. This Invitation To Bid provided potential Bidders to provide pricing for the entire District, as well as North or South Flagler Street. The initial term of the bid shall be for a two (2) year period, commencing April 13, 2016 through April 12, 2018, 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 however, during the Goal Setting Committee Meeting, the recommendation for this solicitation was to be open, not sheltered, as a large number of SBE/MBE vendors were not identified within the commodity code(s). One (1) vendor responded to this advertised bid. Based on the criteria listed in the solicitation and the results of the Best and Final pricing, the contract shall be awarded to Food Fantasies, Inc. Fund Source 0100 - General 0410 Food Service Fund E-142 Page 1 of 2
RECOMMENDED: That The School Board of Miami-Dade County, Florida: 1. award Bid No. ITB-15-040-AC, REFRIGERATED DELIVERY OF SUMMER MEALS to purchase, at a firm unit price, delivery services, for Miami-Dade County Public Schools locations, during the term of the bid, effective April 13, 2016 through April 12, 2018, as follows: FOOD FANTASIES, INC. 18770 N.E. 6 AVENUE MIAMI, FL 33179 OWNER: JAMES P. CRAVEN, VICE PRESIDENT Low Unit Price: Item 1. ALL DISTRICT SITES Item 1 - Daily pick-up and delivery of prepared meals. Pickups will be made from Production Center kitchens. Delivery to approved summer food service centers serving meals. All pick-up and deliveries must be made utilizing thermostatically controlled trucks @ $467 per truck, per day. 2. authorize Procurement Management Services to purchase up to the total estimated amount of $502,000, for the initial contract term, and an amount not to exceed $251,000, for each additional one (1) year extension period. Board authorization of this recommendation does not mean the amount shown will be expended. Page 2 of 2
SUBJECT: AWARD REQUEST FOR PROPOSAL NO. RFP-15-020-YWP, EDUCATIONAL AND SOCIOEMOTIONAL SERVICES FOR AT- RISK STUDENTS FISCAL ACCOUNTABILITY LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services, at the request of School Operations, Division of Educational Opportunity and Access, released the above-referenced solicitation. The purpose of this Request for Proposal (RFP) is to provide educational and socioemotional services to at-risk students for grades 3-12 within Miami-Dade County, Florida. This program will serve an at-risk student population in high-need areas. This RFP was advertised on the Miami-Dade County Public Schools Procurement Management Services website, the Demandstar website; The Miami Times, and Diario Las Americas newspapers; Bid Net and Florida Bid websites; as well as emailed to 300 potential registered bidders. As a result of the solicitation, the District received interest and inquiries from several local and out-of-state firms. On January 20 th, 2016, the District held a pre-proposal conference, whereby seven (7) local vendors attended and expressed great interest in the RFP, but did not submit a proposal. The initial term of the RFP shall be for two (2) years, commencing April 13, 2016, through April 12, 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, and if needed, ninety (90) days beyond the expiration date of the current contract period. Strategies were employed to increase SBE/MBE participation, however, during the Goal Setting Committee meeting the recommendation for this solicitation was to be open, not sheltered, as a large number of SBE/MBE vendors were not identified within the commodity code(s). E-143 Page 1 of 2
A meeting of the Selection Committee was held on January 28, 2016, to evaluate the one (1) proposal that was received from Specialized Education Services, Inc. After considerable discussion, verification of references, request and submission of the best and final offer, and based on scoring criteria; the Committee recommended that Specialized Education Services, Inc. be awarded. The awarded vendor is new to the District. The contracted amounts to be awarded will be based on the 2015-2016 revenue, per FTE allocation. These figures are subject to change, if state revenues are prorated, and contracts will be adjusted accordingly, if necessary. The District funds the contracts at 95% of the basic FTE, based on actual student attendance. Fund Source 100 General RECOMMENDED: That The School Board of Miami-Dade County, Florida: 1. award Request For Proposal No. RFP-15-020-YWP, EDUCATIONAL AND SOCIOEMOTIONAL SERVICES TO AT-RISK STUDENTS, to provide educational and socioemotional services to at-risk students for grades 3-12 within the Miami-Dade County, Florida, effective April 13, 2016, through April 12, 2018, and may, by mutual agreement between the School Board of Miami-Dade County, Florida, and the successful proposer, be extended for two (2) additional one (1) year extension periods, and if needed, ninety (90) days beyond the expiration date of the current contract period thereto, as follows: SPECIALIZED EDUCATIONAL SERVICES, INC. 2 AQUARIUM DRIVE, SUITE 100 CAMDEN, NJ 08103 OWNER: ANDREA VARGAS, PRESIDENT SCHOOLS DIVISION 2. authorize Procurement Management Services to purchase up to the total estimated amount of $840,000 for the initial contract term, and not to exceed $420,000 for each subsequent one (1) year extension period. JMM/ywp Page 2 of 2
SUBJECT: REJECT ITB NO. ITB-14-066-YWP PROGRAM EVALUATION CONSULTANT SERVICES FISCAL ACCOUNTABILITY LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES This item requests the School Board s approval of the bid rejection (s) identified below: Upon further review and a need to revise the specifications, staff has determined that it would be in the best interest of the District to reject the above-referenced bid(s) and readvertise. Competitive prices will be solicited for these items, as the need arises, pursuant to School Board Policy 6320, Purchasing. ITB-14-066-YWP PROGRAM EVALUATION CONSULTANT SERVICES, was released to select qualified and experienced individuals and/or organizations to conduct needs assessments, develop evaluation plans and research designs, collect data, analyze data, interpret results, and prepare recommendations and reports for The School Board of Miami-Dade County, Florida. Ten bidders responded to this ITB versus twenty-seven vendors awarded previously. Evaluations require varied combinations of experience and technical skills, based on the needs of the project, and thus vendors with a range of skills (ex., qualitative, quantitative, multivariate) are required. Schools and district offices engage the use of these external evaluators, primarily for the execution of grant required evaluation activities. Approximately twenty-five (25) such projects are carried out per year. This Bid is recommended to be rejected to revise specifications to allow for more vendor participation. RECOMMENDED: That The School Board of Miami-Dade County, Florida, REJECT ITB NO. ITB-14-066-YWP PROGRAM EVALUATION CONSULTANT SERVICES, to permit rebidding using revised specifications to allow for more vendor participation. JMM/mt E-144
SUBJECT: LINK TO STRATEGIC BLUEPRINT: APPROVE AWARD ITB NO. ITB-15-059-MT, STUDENT UNIFORM VOUCHER PROGRAM FISCAL ACCOUNTABILITY EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services at the request of the Department of Operations and the Office of Community Engagement, released the above-referenced solicitation. The purpose of this Invitation to Bid is to establish a list of preapproved vendors to provide student uniforms. The student uniforms will be provided to various school sites, including but not limited to elementary and middle schools. This Bid allows Principals and/or District staff to purchase uniforms with vouchers. Each voucher must be redeemable, by the awarded bidder(s), for two (2) uniform tops and/or uniform pants. School Principals and/or District staff will identify the children in need of uniform vouchers and provide vouchers to the awarded bidder(s). This ITB was advertised on the Miami-Dade County Public Schools 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 8 potential bidders. The initial term of the bid shall be for two (2) year period, commencing April 13, 2016 through April 12, 2018, and may, by mutual agreement between the School Board of Miami-Dade County, Florida, and the successful bidder(s), be extended for three (3) additional one (1) year periods. Intellectual property rights of the School Board in school marks, logos and badges will be acknowledged by the vendors as a condition of participation in the program, and vendors will be required to execute a license agreement providing protection for same before being allowed to participate. Strategies were employed to increase SBE/MBE participation however, during the Goal Setting Committee meeting, the recommendation for this solicitation was to be open, not sheltered, as a large number of SBE/MBE vendors were not identified within the commodity code(s). E-145 Page 1 of 2
Three (3) vendors, Holsen, Inc., Ibiley Uniform, Inc., and Monica Manufacturing Corp. responded to this advertised bid. Based on the criteria listed in the solicitation, the contract shall be awarded to the three above-mentioned vendors. Fund Source Grant - 0420 RECOMMENDED: That The School Board of Miami-Dade County, Florida: JMM/mt 1. award ITB No. ITB-15-059-MT STUDENT UNIFORM VOUCHER PROGRAM, is to establish a list of preapproved vendors to provide student uniforms for Miami-Dade County Public Schools locations, effective April 13, 2016 through April 12, 2018, 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. HOLSEN, INC. SBE-Tier 1 655 N. BISCAYNE RIVER DRIVE MIAMI, FLORIDA 33169 OWNER/OFFICER: DARRYL HOLSENDOLPH, PRESIDENT/CEO African-American b. IBILEY UNIFORM, INC. 11530 SW 120 TH STREET MIAMI, FLORIDA 33176 OWNER/OFFICER: EDUARDO BAREA, PRESIDENT c. MONICA MANUFACTURING CORP., DBA ALL UNIFORM WEAR 2605 W. 8 TH AVENUE HIALEAH, FL 33010 OWNER/OFFICER: ELIZABETH BALTODANO, VICE-PRESIDENT 2. authorize Procurement Management Services to purchase up to the total estimated amount of $731,000, for the initial contract term of two years, and an amount not to exceed $365,500, 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
SUBJECT: AWARD ITB NO. ITB-15-025-CV SECURITY CAMERA/VIDEO SURVEILLANCE SYSTEMS FURNISH AND INSTALL 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-qualified vendors to furnish and install turnkey Security Camera Systems/Video Surveillance Systems in schools and office facilities throughout the District. 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 Miami-Dade County Public Schools Procurement Management Services website, the DemandStar website, Bid Net, Florida Bid, The Miami Times and The Diario Las Americas newspapers, as well as emailed to 110 potential bidders. The initial term of the bid shall be for a two (2) year period, commencing April 13, 2016 through April 12, 2018, 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, however during the Goal Setting Committee meeting, the recommendation for this solicitation was to be open, not sheltered, as a large number of SBE/MBE vendors were not identified, within the commodity code(s). Also, this ITB has a requirement for vendors to be prequalified prior to the authorization of work pursuant to Board Policy 6334, Prequalification of Contractors for Educational Facilities Construction. Based on the criteria listed in the solicitation, seven (7) vendors are being recommended for award. Fund Source 3000 - Capital F-60 Page 1 of 3
RECOMMENDED: That The School Board of Miami-Dade County, Florida: 1. award Bid No. ITB-15-025-CV Security Camera/Video Surveillance systems Furnish and Install, to establish a pool of pre-qualified vendors, to furnish and install security cameras systems/video surveillance system throughout The School Board of Miami-Dade County, Florida, with an effective date of April 13, 2016 through April 12, 2018, including extensions thereto, as follows: a. ATCI COMMUNICATIONS, INC. 1270 N. W. 165 TH STREET MIAMI, FL 33169 OWNER: VINCENT J. VENTO, PRESIDENT b. ADVANCE SECURITY GROUP 6135 N. W. 167TH STREET, SUITE E-17 MIAMI, FL 33015 OWNER: ODALYS MENEGIA, PRESIDENT c. INTRALOGIC SOLUTIONS, INC 500 EAST BROWARD BLVD., SUITE 1710 FORT LAUDERDALE, FL 33394 OWNER: MANDEL LEE, PRESIDENT d. JLS SECURITY PLUS LLC. MBE 18300 N. W. 62ND AVENUE MIAMI LAKES, FL 33013 OWNER: JASPER BRIGGS, PRESIDENT AFRICAN-AMERICAN e. METRO CONTRACTOR, INC. MBE 5301 N. W. 158 TERRACE UNIT, UNIT 301 MIAMI GARDENS, FL 33014 OWNER: AMAT FERNANDEZ, PRESIDENT HISPANIC-AMERICAN f. MUNWAY TECHNOLOGY, INC SBE 7214 N. W. 56 TH STREET MIAMI, FL 33166 OWNER: MIGUEL MUNDARAIN, MANAGER HISPANIC-AMERICAN g. STRUCTURED CABLING SOLUTIONS MBE 5632 N. W. 161ST STREET MIAMI GARDENS, FL 33014 OWNER: SYED A. SHAH, PRESIDENT ASIAN-AMERICAN Page 2 of 3
2. 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 $3,500,000, for each subsequent one (1) year extension period(s). Board authorization of this recommendation does not mean the amount shown will be expended. JMM/cv Page 3 of 3
SUBJECT: LINK TO STRATEGIC BLUEPRINT: REJECT ITB NO. ITB-15-050-MT SALE OF A PORTION OF BOARD-OWNED PROPERTY LOCATED AT N.E. 2 nd AVENUE AND N.E. 40 th STREET FACILITIES AND CONSTRUCTION EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES As a result of not receiving any responsive bids on ITB-15-050-MT, described below, it is recommended that the School Board approve a bid rejection: ITB-15-050-MT SALE OF A PORTION OF BOARD-OWNED PROPERTY LOCATED AT N.E. 2 nd AVENUE AND N.E. 40 th STREET, was to solicit bids from qualified individuals and/or firms for the purchase of a portion of Board-owned property, located at N.E. 2 nd Avenue and N.E. 40 th Street, Miami, Florida. Within the ITB, the District established a minimum offer of $55,000,000, and required the submission of documents, such as the Bidder s Application, Bidder s Access Agreement and Lease Agreement. RECOMMENDED: That The School Board of Miami-Dade County, Florida: REJECT ITB-15-050-MT SALE OF A PORTION OF BOARD-OWNED PROPERTY LOCATED AT N.E. 2 nd AVENUE AND N.E. 40 th STREET, due to lack of responsive bidders to this solicitation. JMM/mt F-61
SUBJECT: AWARD BID NO. ITB-15-042-YWP - COMMERCIAL LEASING OF PAVED-PARKING FACILITIES AT FIENBERG/FISHER K-8 CENTER 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-reference solicitation. The purpose of this Invitation to Bid is to establish a contract for the commercial leasing of the Fienberg/Fisher K-8 Center Parking Facilities, located at 1420 Washington Avenue, Miami Beach, Florida 33139, consisting of 3 separate parking lots containing a total of 97 parking spaces. This Invitation to Bid was advertised on the Miami-Dade County Public Schools 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 102 potential bidders. Use of the parking lot shall be limited to the provision of self-parking or combined self/valet-parking services only, subject to the availability of the parking lot for school functions and special events, at sole discretion of the District. The initial term of the bid shall be for one (1) year period, commencing April 13, 2016 through April 12, 2017, and may, by mutual agreement between the School Board of Miami-Dade County, Florida, and the successful bidder(s), be extended for two (2) additional one (1) year periods. Strategies were employed to increase SBE/MBE participation however, during the Goal Setting Committee meeting, the recommendation for this solicitation was to be open, not sheltered, as a large number of SBE/MBE vendors were not identified within the commodity code(s). One vendor responded to this advertised solicitation. 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 proposal submitted, the contract is recommended to be awarded to American Cars Parks, Inc. Fund Source Revenue Generating Page 1 of 2 F-62
RECOMMENDED: That The School Board of Miami-Dade County, Florida: 1. Award Bid No. ITB-15-042-YWP COMMERCIAL LEASING OF PAVED-PARKING FACILITIES AT FIENBERG FISHER K-8 CENTER, located at 1420 Washington Avenue, Miami Beach, Florida 33139, consisting of three (3) separate parking lots, containing a total of ninety seven (97) parking spaces, effective for one (1) year, with two (2) one (1) year options to renew. The contract will commence upon the awardee satisfying all preconditions of the lease agreement, including, without limitation, obtaining any and all necessary licenses, permits, insurance, use approvals or others approvals, as required, for the use of the demised premises by the local government or other governmental agencies, as follows: AMERICAN CAR PARKS, INC. 501 N.E. 1 AVENUE, SUITE 101 MIAMI, FL 33132 OWNER: RICARDO A. METRAL, PRESIDENT Fienberg Fisher K-8 Center Highest Annual Rate Offered @ $204,000.00 per year. 2. Authorize the Superintendent of Schools to grant or deny all approvals required under the lease agreement with American Car Parks, Inc., including amending any of the exhibits to the lease agreement, renewing, extending, cancelling and/or terminating the lease agreement, and placing American Car Parks, Inc. in default, as may be applicable; 3. Authorize the Superintendent of Schools to re-issue the Bid, in the event the District is unable to consummate a lease agreement with American Car Parks, Inc.; and 4. Direct that the rental income generated by the lease agreements be distributed to schools. JMM/ywp Page 2 of 2