committee: facilities and construction...

67
Office of Superintendent of Schools May 1, 2012 Board Meeting of May 16, 2012 Financial Services Richard H. Hinds, Chief Financial Officer COMMITTEE: FACILITIES AND CONSTRUCTION REFORM ITEM BID NO. SUBJECT F-60 008-MM06 PLASTIC CAN LINERS (PARTIAL) COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS ITEM BID NO. SUBJECT E-141 REPORT PURCHASES MADE WITHIN GUIDELINES OF BOARD POLICY 6320 – PURCHASING E-142 038-GG03 HEALTHY SNACK VENDING PROGRAM (TERMINATE) E-143 073-JJ03 SCHOOL BEVERAGE VENDING (TERMINATE) E-144 071-LL04 INFORMATION TECHNOLOGY CONSULTANTS E-145 014-MM05 BAND UNIFORMS (REJECT) E-146 031-MM05 FILE CABINETS E-147 034-MM05 MARKER BOARDS FRAMED E-148 001-LL05 OFFICE SUPPLIES (REJECT) E-149 025-KK03 CONSENT TO ASSIGNMENT OF CONTRACT BID NO. 025-KK03 – RECYCLING AND SOLID-WASTE COLLECTION SERVICES E-150 067-JJ10 REQUEST AUTHORIZATION TO EXTEND THE CONTRACTUAL SERVICES AGREEMENT BETWEEN THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA, AND BLACKBOARD CONNECT, INC., PURSUANT TO REQUEST FOR PROPOSALS NO. 067-JJ10 – INSTANT MESSAGING AND PARENT NOTIFICATION SYSTEM E-151 060-LL10 REQUEST AUTHORIZATION TO NEGOTIATE AND ENTER INTO A CONTRACTUAL SERVICES AGREEMENT BETWEEN THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA, AND LA LEY SPORTS, INC., PURSUANT TO REQUEST FOR PROPOSALS NO. 060-LL10 – BROADCASTING OF INTERSCHOLASTIC ATHLETIC EVENTS

Upload: lydieu

Post on 29-Sep-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

Office of Superintendent of Schools May 1, 2012 Board Meeting of May 16, 2012 Financial Services Richard H. Hinds, Chief Financial Officer COMMITTEE: FACILITIES AND CONSTRUCTION REFORM

ITEM BID NO. SUBJECT F-60 008-MM06 PLASTIC CAN LINERS (PARTIAL) COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS

ITEM BID NO. SUBJECT E-141 REPORT PURCHASES MADE WITHIN GUIDELINES OF BOARD POLICY 6320 – PURCHASING E-142 038-GG03 HEALTHY SNACK VENDING PROGRAM (TERMINATE) E-143 073-JJ03 SCHOOL BEVERAGE VENDING (TERMINATE) E-144 071-LL04 INFORMATION TECHNOLOGY CONSULTANTS E-145 014-MM05 BAND UNIFORMS (REJECT) E-146 031-MM05 FILE CABINETS E-147 034-MM05 MARKER BOARDS FRAMED E-148 001-LL05 OFFICE SUPPLIES (REJECT) E-149 025-KK03 CONSENT TO ASSIGNMENT OF CONTRACT BID NO. 025-KK03 – RECYCLING AND SOLID-WASTE COLLECTION SERVICES E-150 067-JJ10 REQUEST AUTHORIZATION TO EXTEND THE CONTRACTUAL SERVICES AGREEMENT BETWEEN THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA, AND BLACKBOARD CONNECT, INC., PURSUANT TO REQUEST FOR PROPOSALS NO. 067-JJ10 – INSTANT MESSAGING AND PARENT NOTIFICATION SYSTEM E-151 060-LL10 REQUEST AUTHORIZATION TO NEGOTIATE AND ENTER INTO A CONTRACTUAL SERVICES AGREEMENT BETWEEN THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA, AND LA LEY SPORTS, INC., PURSUANT TO REQUEST FOR PROPOSALS NO. 060-LL10 – BROADCASTING OF INTERSCHOLASTIC ATHLETIC EVENTS

Office of Superintendent of Schools May 1, 2012 Board Meeting of May 16, 2012 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: PARTIAL AWARD BID NO. 008-MM06 – PLASTIC CAN

LINERS COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY The purpose of this bid is to purchase, at firm unit prices, quantities, as may be required, of plastic can liners, for Stores and Mail Distribution stock. This is a term bid which states that the Board may purchase quantities, as may be required, at the unit price bid, but is not obligated to purchase any guaranteed amount. Six (6) vendors responded to this advertised solicitation. This is an award to primary and alternate vendors and to obtain firm, fixed pricing for the initial three (3) months of the contract. Thereafter, quotes will be obtained every three (3) months, for the quantities requested. Items 1 through 5 were awarded to primary vendors, and Item 1 was awarded to an alternate vendor, by the Board, on January 18, 2012, for an estimated expenditure amount of $800,000. Items 2 and 5 for alternate awardees are being held for further evaluation and will be awarded at a future Board meeting. Fund Source 0100 – General RECOMMENDED: That The School Board of Miami-Dade County, Florida, PARTIAL

AWARD Bid No. 008-MM06 – PLASTIC CAN LINERS, to purchase, at firm unit prices, quantities, as may be required, of plastic can liners, for Stores and Mail Distribution stock, during the term of the bid, effective May 16, 2012, through January 17, 2013, as follows:

  Page 1 of 2 F-60

ALTERNATE

PABCO INDUSTRIES, LLC 166 FRELINGHUYSEN AVENUE NEWARK, NJ 07114 OWNER: LINDA SHERMAN, PRESIDENT M/WBE Eligible Third Low Unit Price Meeting Specifications: Items 3 and 4. Item 3 - Plastic can liner, 33” x 38” @ $25.52 per case. Item 4 - Plastic can liner, 40” x 48” @ $15.60 per case.

RHH/ae

    

 

 

 

 

 

 

 

 

 

 

 

 

 

 

  Page 2 of 2

Office of Superintendent of Schools May 1, 2012 Board Meeting of May 16, 2012 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: REPORT PURCHASES MADE WITHIN GUIDELINES OF

BOARD POLICY 6320 – PURCHASING COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY

The following “Superintendent Authorized Requisitions” (SAR) had a purchase order issued within the guidelines of Board Policy 6320 – Purchasing, which states that emergency purchases made in accordance with Board Policy 6320 - Purchasing, and approved by the Superintendent or his designee, will be reported to the Board as soon as possible.  This emergency request was for the purchase of a printing and graphics lab, located at Miami Central Senior High School. The installation of this lab was originally scheduled for December 8, 2011, however, due to changes in specifications, revised quotes needed to be obtained, and purchase was made on an emergency basis, to ensure prompt installation prior to January 3, 2012. Fund Source Capital

Page 1 of 2 E-141

GRAPHIC SYSTEMS SERVICES 1983 10 AVENUE NORTH LAKE WORTH, FL 33461 ESTIMATE $97,669 OWNER: MICHAEL ROGERS, PRESIDENT

P.O. NO. DATE AMOUNT 9000075377 02/29/2012 $97,669

RECOMMENDED: That The School Board of Miami-Dade County, Florida, receive the report of purchases made within guidelines of Board Policy 6320 – Purchasing.

RHH/ae

Page 2 of 2

Office of Superintendent of Schools May 1, 2012 Board Meeting of May 16, 2012 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: TERMINATE AWARD ON CONTRACT NO. 038-GG03 –

HEALTHY SNACK VENDING PROGRAM

COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY This contract was awarded by the Board on July 11, 2007, to establish a contract, to provide healthy snack vending machines, for Miami-Dade County Public Schools Department of Food and Nutrition. Subsequent to the award, Lord’s Mine, Inc., of North Miami, Florida, and Riteway Vending, LLC, of Miami, Florida, failed to perform in accordance with the terms and conditions of the bid. Therefore, the recommendation reflects the termination of Lord’s Mine, Inc. and Riteway Vending, LLC as the awardees on Contract No. 038-GG03, and the loss of their eligibility to transact new business with the Board for a period of fourteen (14) months, pursuant to School Board Policy 6320 - Purchasing. RECOMMENDED: That The School Board of Miami-Dade County, Florida:

1. TERMINATE award on Contract No. 038-GG03 – HEALTHY SNACK VENDING PROGRAM, effective May 16, 2012, as follows: LORD’S MINE, INC. 19710 N.W. 2 PLACE NORTH MIAMI, FL 33169 OWNER: FEMI BAJIMI, GENERAL MANAGER

RITEWAY VENDING, LLC 521 N.E. 189 STREET MIAMI, FL 33179 OWNER: ANDREW KARTIGANER

Page 1 of 2 E-142

2. Require that Lord’s Mine, Inc., of North Miami, Florida, and Riteway Vending, LLC, of Miami, Florida, lose eligibility to transact new business with the Board for a period of fourteen (14) months, pursuant to School Board Policy 6320 – Purchasing, effective May 16, 2012.

RHH/ae

Page 2 of 2

Office of Superintendent of Schools May 1, 2012 Board Meeting of May 16, 2012 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: TERMINATE AWARD TO VENDWAY, INC., D.B.A. PELICAN

VENDING, ON CONTRACT NO. 073-JJ03 – SCHOOL BEVERAGE VENDING

COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY This contract was awarded by the Board on May 20, 2009, to provide a beverage vending program, to generate additional revenue to the District, through the Department of Food and Nutrition. Subsequent to the award, Vendway Inc., d.b.a. Pelican Vending, of Coral Springs, Florida, failed to perform in accordance with the terms and conditions of the bid. Therefore, the recommendation reflects the termination of Vendway Inc., d.b.a. Pelican Vending, as the awardee on Contract No. 073-JJ03, and the loss of its eligibility to transact new business with the Board for a period of fourteen (14) months, pursuant to School Board Policy 6320 - Purchasing. RECOMMENDED: That The School Board of Miami-Dade County, Florida:

1. TERMINATE award to Vendway, Inc., d.b.a. Pelican Vending, on Contract No. 073-JJ03 – SCHOOL BEVERAGE VENDING, effective May 16, 2012, as follows: VENDWAY, INC., D.B.A. PELICAN VENDING 12063 ROYAL PALM BLVD. CORAL SPRINGS, FL 33065 OWNER: STEVEN SHAPIRO, DIRECTOR

Page 1 of 2 E-143

2. Require that Vendway, Inc., d.b.a. Pelican Vending, of Coral Springs, Florida, lose eligibility to transact new business with the Board for a period of fourteen (14) months, pursuant to School Board Policy 6320 – Purchasing, effective May 16, 2012.

RHH/ae

Page 2 of 2

Office of Superintendent of Schools May 1, 2012 Board Meeting of May 16, 2012

Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: AWARD BID NO. 071-LL04 – INFORMATION

TECHNOLOGY CONSULTANTS

COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS

LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY The purpose of this bid is to establish a list of pre-approved vendors, to purchase various information technology consulting services, for Information Technology Services. This is a term bid which states that the Board may purchase quantities, as may be required, at firm unit prices, but is not obligated to purchase any guaranteed amount. Thirty-five (35) vendors responded to this advertised bid solicitation. This bid has pre-approved vendors who will be contacted by specific expertise and/or certifications, through a quotation process, to ensure that a large pool of potential consultants is available at the time the District identifies a need for a particular consultant service, exceeding the $1,000 quotation threshold. Applicant rates will not exceed the ceiling hourly rate, and the District will secure the lowest market rate to satisfactorily accomplish the task. Fund Source Various RECOMMENDED: That The School Board of Miami-Dade County, Florida,

AWARD Bid No. 071-LL04 – INFORMATION TECHNOLOGY CONSULTANTS, to establish a list of pre-approved vendors, to purchase various information technology consulting services, for Information Technology Services, during the term of the bid, effective May 16, 2012, through May 15, 2014, as follows:

Page 1 of 6 E-144

1. AMZUR TECHNOLOGIES, INC. 400 N. ASHLEY DRIVE, #2200 TAMPA, FL 33602 OWNER: RANI NEMANI, PRESIDENT

2. BEST BUY GOV., LLC

7601 PENN AVENUE S., D-5 RICHFIELD, MN 55423 OWNER: PUBLICLY TRADED COMPANY

3. BUSINESS INFORMATION TECHNOLOGY SOLUTIONS.COM, INC. 8529 SOUTH PARK CIRCLE, SUITE 260 ORLANDO, FL 32819 OWNER: SHERRY D. LUCKI, PRESIDENT

4. COOLSOFT, LLC 1902 CAMPUS PLACE, SUITE 12 LOUISVILLE, KY 40299

OWNER: BALA CHITTEM, C.E.O.

5. DATA INDUSTRIES, LTD. 1370 BROADWAY, SUITE 519 NEW YORK, NY 10018 OWNER: CHARLES DUVAL, PRESIDENT

6. DOON TECHNOLOGIES, INC.

200 MIDDLESEX ESSEX TURNPIKE, 309 ISELIN, NJ 08830 OWNER: SATYA P. GUPTA, PRESIDENT

7. INFORMATION SYSTEMS CONSULTANTS, INC.

37 N. ORANGE AVENUE, SUITE 500 ORLANDO, FL 32801 OWNER: TYRONE BROWN, PRESIDENT

8. INNOSOUL, INC.

44 DALLIBA AVENUE, SUITE 208 WATERVLIET, NY 12189 OWNER: RASHI SHAMSHABAD, PRESIDENT

9. INTERACTIVE BLUE COMMUNICATIONS, LLC

4144 S.W. 70 COURT MIAMI, FL 33155 OWNER: ROBERT MENA, PRESIDENT

Page 2 of 6

10. KEY TECHNICAL RESOURCES, INC. 5733 N. ANDREWS WAY FORT LAUDERDALE, FL 33309 OWNER: KATHY GALLAGHER, PRESIDENT

11. KLC CONSULTING, INC.

2239 WOODBINE DRIVE TALLAHASSEE, FL 32309 OWNER: KEITH LEWIS CRICKS, PRESIDENT

12. LECOS, LLC

14831 S.W. 139 PLACE MIAMI, FL 33186 OWNER: DAMIAN COSTROVIEJO, MANAGER

13. MERIDIAN PARTNERS, LLC

1000 5TH STREET, SUITE 200 MIAMI BEACH, FL 33139 M/WBE ELIGIBLE OWNER: JOSE B. ALEMAN, MANAGING PARTNER

14. PEOPLE POINT SOLUTIONS, LLC D.B.A. TOPSOURCE

100 SOUTH PINE ISLAND ROAD, SUITE 200 PLANTATION, FL 33324 OWNER: MICHAEL SCHECK, MAJORITY OWNER

15. P2P STAFFING CORPORATION D.B.A. TEK PARTNERS

5810 CORAL RIDGE DRIVE, SUITE 250 CORAL SPRINGS, FL 33076 OWNER: HARRIS KATZ, C.E.O.

16. RADGOV, INC.

1500 WEST CYPRESS CREEK ROAD, SUITE 415 FORT LAUDERDALE, FL 33309 OWNER: JYOTHI MYNENI, PRESIDENT

17. REVOLUTION TECHNOLOGIES, LLC

11315 CORPORATE BOULEVARD, SUITE 219 ORLANDO, FL 32817 OWNER: TED PARKER, C.E.O.

Page 3 of 6

18. ROSS & BARUZZINI 7205 N.W. 19 STREET, SUITE 501 MIAMI, FL 33126 OWNER: DAR HOLDINGS, USA

19. SA TECHNOLOGIES, INC. (SAT)

2700 AUGUSTINE DRIVE, SUITE 285 SANTA CLARA, CA 95054 OWNER: PRIYANKA JOSHI, PRESIDENT

20. SIGNATURE COMMERCIAL SOLUTIONS, LLC D.B.A. SIGNATURE CONSULTANTS

2101 WEST COMMERCIAL BOULEVARD, SUITE 3000 FORT LAUDERDALE, FL 33309 OWNER: DR. JAY COHEN, PRESIDENT/C.E.O.

21.          SMX SERVICES & CONSULTING, INC.

1000 BRICKELL AVENUE, SUITE 410 MIAMI, FL 33131 OWNER: RICHARD J. QUEVEDO, C.E.O.

22. SOFTWARE INTEGRATION SERVICES, INC.

12130 CEDAR TRACE DRIVE S. JACKSONVILLE, FL 32246 OWNER: RAVINDRA PILLI, DIRECTOR

23. SOFTWARE PEOPLE, INC.

17 COVENTRY LANE SMITHTOWN, NY 11787-3885 OWNER: NILIMA JAIN, PRESIDENT/C.E.O.

24. SOFTWARE RESOURCES, INC.

1325 SOUTH INTERNATIONAL PARKWAY, SUITE 2201 LAKE MARY, FL 32746 OWNER: TAMARA L. GIAIMO, C.E.O.

25. SOPHLOGIC GLOBAL, LLC

8374 MARKET STREET, SUITE 133 BRADENTON, FL 34202 OWNER: MICHAEL BOVAIRD, PRESIDENT Page 4 of 6

26. STRATEGIC STAFFING SOLUTIONS, L.C. 100 S.E. 3 AVENUE, SUITE 1310 FORT LAUDERDALE, FL 33394 OWNER: CYNTHIA J. PASKY, C.E.O./PRESIDENT

27. SUPREMESOFT CORPORATION

1608 SPRINGHILL ROAD, SUITE 210 VIENNA, VA 22182 OWNER: LAKSHMI RAVI, C.E.O.

28. SYSTEMATICS SOFTWARE CONSULTING SERVICES

10140 S.W. 79 COURT MIAMI, FL 32156 OWNER: NARSING R. BIDAR, PRESIDENT

29. THE EXPERTS, INC.

2400 E. COMMERCIAL BOULEVARD, SUITE 614 FORT LAUDERDALE, FL 33308 OWNER: THOMAS E. HOSHKO, C.E.O.

30. 22ND CENTURY TECHNOLOGIES, INC. 2731 EXECUTIVE PARK DRIVE, SUITE 4 WESTON, FL 33331 OWNER: SATVINDER SINGH, PRESIDENT

31. UNITED DATA TECHNOLOGIES, INC.

8825 N.W. 21 TERRACE DORAL, FL 33172 M/WBE ELIGIBLE OWNER: ENRIQUE FLECHES, PRESIDENT/C.E.O.

32. UR INTERNATIONAL, INC.

10701 CORPORATE DRIVE, SUITE 286 STAFFORD, TX 77477 OWNER: UPENDRA SAHU, PRESIDENT

33.  VIRTUCOM

6610 BAY CIRCLE, SUITE E NORCROSS, GA 30071 OWNER: JENNY TANG

34. VITAVER & ASSOCIATES, INC.

2385 EXECUTIVE CENTER DRIVE, SUITE 100 BOCA RATON, FL 33431 M/WBE ELIGIBLE OWNER: PABLO VITAVER, C.E.O.

Page 5 of 6

35. XETA TECHNOLOGIES, INC. 1814 W. TACOMA STREET BROKEN ARROW, OK 74012 OWNER: GREG FORREST, PRESIDENT

36. Authorize Procurement Management Services to purchase

up to the total estimated amount $15,000,000. Board authorization of this recommendation does not mean the amount shown will be expended.

RHH/ae

Page 6 of 6

Office of Superintendent of Schools May 1, 2012 Board Meeting of May 16, 2012 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: REJECT BID NO. 014-MM05 – BAND UNIFORMS COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL

RELATIONS LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY The purpose of this bid was to establish a list of pre-qualified vendors, to purchase, quantities, as may be required, of band uniforms, for various schools. Two (2) vendors responded to this advertised solicitation. Inasmuch as one of the two bids received did not meet specifications, which would not enable staff to secure competitive quotations, the recommendation reflects that all bids be rejected, to permit rebidding, expanding the list of potential bidders. Qualified vendors will be solicited for this item, as the need arises, pursuant to Board Policy 6320 – Purchasing.

RECOMMENDED: That The School Board of Miami-Dade County, Florida, REJECT

Bid No. 014-MM05 - BAND UNIFORMS, to permit rebidding, and expand the list of potential bidders.

RHH/ae

E-145

Office of Superintendent of Schools May 1, 2012 Board Meeting of May 16, 2012 Financial Services Richard H. Hinds, Chief Financial Services

SUBJECT: AWARD BID NO. 031-MM05 – FILE CABINETS COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY The purpose of this bid is to purchase, at firm unit prices, quantities, as may be required, of file cabinets, for Stores and Mail Distribution and Design Standards. 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. Eight (8) vendors responded to this advertised solicitation. Fund Source 0100 – General

RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. 031-MM05 – FILE CABINETS, to purchase, at firm unit prices, quantities, as may be required, of file cabinets, for Stores and Mail Distribution and Design Standards, during the term of the bid, effective May 17, 2012, through May 16, 2014, as follows:

1. JC WHITE OFFICE FURNITURE 3501 COMMERCE PARKWAY

MIRAMAR, FL 33025 OWNER: SHARON FELTINGOFF, PRESIDENT

Low Unit Price: Items 1 through 9, and 12 through 21.  

Item 1 - Cabinet, file, vertical, 2-drawer, without lock, putty @ $154.81 each. Item 2 - Cabinet, file, vertical, 2-drawer, with lock, light gray @ $154.81 each.

Page 1 of 3 E-146

Item 3 - Cabinet, file, vertical, 2-drawer, with lock, black @ $154.81 each. Item 4 - Cabinet, file, vertical, 2-drawer, with lock, putty @ $154.81 each. Item 5 - Cabinet, file, vertical, 4-drawer, without lock, light gray @ $195.52 each.

Item 6 - Cabinet, file, vertical, 4-drawer, without lock, black @ $195.52 each.

Item 7 - Cabinet, file, vertical, 4-drawer, without lock, tan @ $195.52 each. Item 8 - Cabinet, file, vertical, 4-drawer, with lock, light gray @ $195.52 each. Item 9 - Cabinet, file, vertical, 4-drawers, with lock, putty @ $195.52 each. Item 12 - Cabinet, file, lateral, 2-drawer, with lock, putty or black @$139.55 each. Item 13 - Cabinet, file, lateral, 2-drawer, with lock, putty or charcoal @ $159.49 each. Item 14 - Cabinet, file, lateral, 2-drawer, with lock, putty or charcoal @ $186.32 each. Item 15 - Cabinet, file, lateral, 4-drawer, with lock, light gray @ $231.40 each. Item 16 - Cabinet, file, lateral, 4-drawer, with lock, light gray @ $261.39 each. Item 17 - Cabinet, file, vertical, 5-drawer, with lock, putty light gray or black @ $259.46 each. Item 18 - Cabinet, file, lateral, 5-drawer, with lock, gray, charcoal or black @ $329.46 each. Item 19 - Cabinet, file, lateral, 4-drawer, with lock, putty or light gray @ $319.87 each. Item 20 - Cabinet, storage, 5 adjustable shelves, with lock, putty, light gray or black @ $209.48 each. Item 21 - Cabinet, storage, 5 adjustable shelves, with lock, putty, light gray or black @ $180.68 each.

2. EMPIRE OFFICE, INC. 3201 COMMERCE PARKWAY MIRAMAR, FL 33025 OWNER: LARRY GASLOW, CHAIRMAN

Low Unit Price: Items 10, 11, 22 and 23.

Item 10 - Cabinet, file, 30-33 drawer organizer, color to be chosen at time of order @ $254.50 each. Page 2 of 3

Item 11 - Cabinet, file, 30-33 drawer organizer, color to be chosen at time of order @ $273.90 each. Item 22 - Flat file, 5-drawer, with closed flush base, tan, gray, charcoal or black @ $793.65 each. Item 23 - Flat file, art and blueprint file, 5 drawers, with closed flush base, tan, gray, charcoal or black

@ $1,027.49 each.

3. Authorize Procurement Management Services to purchase up to the total estimated amount of $190,000. Board authorization of this recommendation does not mean the amount shown will be expended.

RHH/ae

Page 3 of 3

Office of Superintendent of Schools May 1, 2012 Board Meeting of May 16, 2012 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: AWARD BID NO. 034-MM05 – MARKER BOARDS,

FRAMED  COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY The purpose of this bid is to purchase, at firm unit prices, quantities, as may be required, of framed marker boards, for Maintenance Materials Management stock. This is a term bid which states that the Board may purchase quantities, as may be required, at the unit price bid, but is not obligated to purchase any guaranteed amount. Thirteen (13) vendors responded to this advertised solicitation. Benchmarking was conducted against the School Boards of Broward and Palm Beach Counties, and the District’s prices were found to be lower. Fund Source 0100 - General

RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. 034-MM05 – MARKER BOARDS, FRAMED, to purchase, at firm unit prices, quantities, as may be required, of framed marker boards, for Maintenance Materials Management stock, during the term of the bid, effective May 16, 2012, through May 15, 2014, as follows:

Page 1 of 2 E-147

PRIMARY

1. FLORIDA VISUAL DISPLAY PRODUCTS, INC. D.BA. FLORIDA CHALKBOARD CO. 1428 E. SEMORAN BLVD., SUITE 103 APOPKA, FL 32704 OWNER: JACK PARKER, PRESIDENT

Group I Total Low Unit Price Meeting Specifications: Items 1 through 3.

Item 1 - Marker boards, framed, size 4’x 8’, white @ $189 each. Item 2 - Marker boards, framed, size 4’x 10’, white @ $234 each. Item 3 - Marker boards, framed, size 4’x 12’, white @ $272 each.

ALTERNATE

2. AUSTIN & ASSOCIATES, INC. 12121 LITTLE RD., SUITE 262 HUDSON, FL 34667 OWNER: TODD SALISBURY, PRESIDENT

Second Total Low Unit Price Meeting Specifications: Items 1 through 3.

Item 1 - Marker boards, framed, size 4’x 8’, white @ $203 each. Item 2 - Marker boards, framed, size 4’x 10’, white @ $247 each. Item 3 - Marker boards, framed, size 4’x 12’, white @ $287 each.

3. Authorize Procurement Management Services to purchase

up to the total estimated amount of $500,000. Board authorization of this recommendation does not mean the amount shown will be expended.

RHH/ae

Page 2 of 2

Office of Superintendent of Schools May 1, 2012 Board Meeting of May 16, 2012 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: REJECT BID NO. 001-LL05 – OFFICE SUPPLIES COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS LINK TO STRATEGIC FINANCIAL EFFICIENCY/STABILITY FRAMEWORK: The purpose of this bid was to purchase, at a firm-fixed percentage discount price, quantities, as may be required, of office supplies, for Miami-Dade County Public Schools’ sites and departments. Ten vendors responded to this advertised solicitation. Subsequent to the evaluation of the proposals, it was determined that the award methodology would not result in the best pricing to the District. 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 Board Policy 6320 – Purchasing.

RECOMMENDED: That The School Board of Miami-Dade County, Florida, REJECT Bid No. 001-LL05 - OFFICE SUPPLIES, to permit rebidding, using revised specifications.

RHH/ae

E-148

Office of Superintendent of Schools May 1, 2012 Board Meeting of May 16, 2012 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: CONSENT TO ASSIGNMENT OF CONTRACT BID

NO. 025-KK03 – RECYCLING AND SOLID-WASTE COLLECTION SERVICES

 COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY This contract was awarded by the Board on May 12, 2010, to various vendors for recycling and solid-waste collection services to the District, including Southeastern Recycling Corp. and Waste Management Inc. of Florida, as awardees. Now, Southeastern Recycling Corp. has requested in writing, the assignment of its contract to Waste Management Inc. of Florida. Southeastern Recycling Services (Assignor), and Waste Management Inc. of Florida, (Assignee), have signed the District’s approved assignment of contract from whereby. Assignor and Assignee agree that the Assignor thereby assigns all its rights, title, and interest, and delegates all its obligations, responsibilities and duties, in and to the Contract, to Assignee. Assignor, however, shall remain jointly and severally liable for all work performed on behalf of the School Board, on or prior to May 16, 2012. Assignee accepts the assignment of all of Assignor’s obligations, responsibilities and duties under the Contract and all of Assignor’s rights, title and interest in and to the Contract. Fund Source 0100 - General RECOMMENDED: That The School Board of Miami-Dade County, Florida:

1. Authorize the Superintendent as follows:

a. Execute a Consent to Assignment of Contract by and between Southeastern Recycling Corp. to Waste Management Inc. of Florida, subject to review and approval of Consent by the School Board Attorney, prior to execution thereof;

Page 1 of 2 E-149

b. Assign Bid No. 025-KK03 – RECYCLING AND SOLID-WASTE COLLECTION SERVICES, to purchase, at firm unit prices, quantities, as may be required, of recycling and solid-waste services, effective May 16, 2012, through May 15, 2014; and

2. Authorize Procurement Management Services to purchase

up to the total estimated amount of $500,000. Board authorization of this recommendation does not mean the amount shown will be expended.

RHH/ae

Page 2 of 2

Office of Superintendent of Schools May 1, 2012 Board Meeting of May 16, 2012 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: REQUEST AUTHORIZATION TO EXTEND THE

CONTRACTUAL SERVICES AGREEMENT BETWEEN THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA, AND BLACKBOARD CONNECT, INC., PURSUANT TO REQUEST FOR PROPOSALS NO. 067-JJ10 – INSTANT MESSAGING AND PARENT NOTIFICATION SYSTEM

COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY At the Board Meeting of March 25, 2009, the School Board awarded Blackboard Connect (Connect-ED) a contract at $2.00 per enrolled student, to deliver messages to students and staff of Miami-Dade County Public Schools, including messages regarding attendance, emergencies and school notices to parents, students and employees of Miami-Dade County Public Schools. The award and the contract executed pursuant to the Request For Proposals was for an initial three-year contract, with an option to extend for an additional two-year period. The District has been satisfied with the services provided by the vendor and has successfully negotiated more favorable rates, as specified herein for the period of the extension. As a result of these negotiations, the fee was reduced to $1.80 per enrolled student per year, which represents 10% of the current fee. This reduction is based upon a not-to-exceed average of 80 messages per student per year. In the event that the annual message count exceeds an average of 80 messages per student per year, the District will not be entitled to the discounted rate. Emergency messaging that exceeds 10% of the previous year’s emergency messaging will not be applied towards the 80 message per student per year count for the current year. The District is establishing guidelines to ensure that school sites do not exceed the agreed- upon limit.

Page 1 of 2 E-150

RECOMMENDED: That The School Board of Miami-Dade County, Florida,

AUTHORIZE the Superintendent of Schools to negotiate and enter into an extension of the contractual services agreement as provided by the current contract between The School Board of Miami-Dade County, Florida, and Blackboard Connect, Inc., pursuant to Request For Proposals No. 067-JJ10 – INSTANT MESSAGING AND PARENT NOTIFICATION SYSTEM, to deliver messages regarding attendance, emergencies and school notices to parents, students and employees of Miami-Dade County Public Schools, effective April 18, 2012, through April 17, 2014, under the negotiated and revised terms as follows:

1. BLACKBOARD CONNECT, INC. 15301 VENTURA BOULEVARD BUILDING B, SUITE 300 SHERMAN OAKS, CA 91403 THOMAS MOTTER, CHIEF EXECUTIVE OFFICER

Highest Rated Proposal Messaging cost @ $1.80 per enrolled student.

2. Authorize Procurement Management Services to purchase up to the estimated amount of $1,080,000. Board authorization of this recommendation does not mean the amount shown will be expended.

RHH/ae

Page 2 of 2

Office of Superintendent of Schools May 1, 2012 Board Meeting of May 16, 2012 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: REQUEST AUTHORIZATION TO NEGOTIATE AND ENTER

INTO A CONTRACTUAL SERVICES AGREEMENT BETWEEN THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA, AND LA LEY SPORTS, INC., PURSUANT TO REQUEST FOR PROPOSALS NO. 060-LL10 – BROADCASTING OF INTERSCHOLASTIC ATHLETIC EVENTS

COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY REQUEST FOR PROPOSALS NO. 060-LL10 - BROADCASTING OF INTERSCHOLASTIC ATHLETIC EVENTS, is to provide a media company the opportunity to video-tape and broadcast Miami-Dade County Public Schools boys and girls interscholastic athletic events, such as football, basketball, baseball, softball, volleyball, etc., via live transmittal on TV and the web, at no cost to the Board, to generate revenue to the District, for the Division of Athletics/Activities and Accreditation. This contract is a revenue-generating opportunity in support of the Greater Miami Athletic Conference (GMAC) and the athletic programs of Miami-Dade County Public Schools. One proposer responded to this advertised solicitation. The Selection Committee met to evaluate the one proposal received in response to the Request For Proposals on December 5, 2011. The proposal presented for consideration was La Ley Sports, Inc. The Committee recommended that an oral presentation be conducted, which was held on January 4, 2012. Based on the evaluation criteria set forth in the Request For Proposals and the oral presentation, the Committee voted to accept the proposal from La Ley Sports, Inc. La Ley Sports, Inc. will provide an internet-based platform on which to broadcast interscholastic athletic events and will be permitted to solicit advertisers for internet broadcast. Revenue generated from advertisements shall be divided between La Ley Sports, Inc. and the District, at a negotiated percentage determined to be in the best interest of the District. La Ley Sports, Inc. has also included the use of the La Ley Sports Complex in Homestead, at no cost to the District, and will make its best efforts to obtain donations from one or more parties to be directed towards scholarships for each contract year.

Page 1 of 2 E-151

RECOMMENDED: That The School Board of Miami-Dade County, Florida, AUTHORIZE the Superintendent or his designee, to negotiate and enter into a contractual services agreement between The School Board of Miami-Dade County, Florida, and La Ley Sports, Inc., pursuant to Request For Proposals No. 060-LL10 – BROADCASTING OF INTERSCHOLASTIC ATHLETIC EVENTS, to video-tape and broadcast Miami-Dade County Public Schools boys and girls interscholastic athletic events, such as football, basketball, baseball, softball, volleyball, etc., via live transmittal on TV and the web, at no cost to the Board, to generate revenue to the District, for the Division of Athletics/Activities and Accreditation, for an initial three-year period, effective upon completion of a negotiated agreement, as follows:

1. LA LEY SPORTS, INC.

5040 N.W. 7 STREET MIAMI, FL 33126 OWNER: JOHN H. RUIZ, PRESIDENT

RHH/ae

Page 2 of 2