committee: instructional excellence and community...

64
Office of Superintendent of Schools August 20, 2013 Board Meeting of September 3, 2013 Financial Services Richard H. Hinds, Chief Financial Officer COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ENGAGEMENT ITEM BID NO. SUBJECT C-11 060-NN10 REQUEST AUTHORIZATION TO ENTER INTO CONTRACTUAL SERVICES AGREEMENT, PURSUANT TO REQUEST FOR PROPOSALS NO. 060-NN10 – SPEECH AND LANGUAGE PATHOLOGY SERVICES/SPEECH LANGUAGE EVALUATIONS C-12 076-NN10 REQUEST AUTHORIZATION TO ENTER INTO CONTRACTUAL SERVICES AGREEMENT, PURSUANT TO REQUEST FOR PROPOSALS NO. 076-NN10 – OUTSIDE AGENCIES QUALIFIED TO OPERATE ALTERNATIVE EDUCATION PROGRAMS FOR MIAMI- DADE COUNTY PUBLIC SCHOOLS AT-RISK STUDENTS #2 C-13 081-NN10 REQUEST AUTHORIZATION TO ENTER INTO A CONTRACTUAL SERVICES AGREEMENT, PURSUANT TO REQUEST FOR PROPOSALS NO. 081-NN10 – SPORTS MEDICINE PROGRAM COMMITTEE: FACILITIES AND CONSTRUCTION REFORM ITEM BID NO. SUBJECT F-60 072-NN03 RECYCLING AND SOLID-WASTE COLLECTION SERVICES F-61 080-NN10 REQUEST AUTHORIZATION TO ENTER INTO A CONTRACTUAL SERVICES AGREEMENT, PURSUANT TO REQUEST FOR PROPOSALS NO. 080-NN10 – INSPECTION/ADMINISTRATIVE SERVICES F-62 002-PP09 ELECTRICAL SERVICES: REPAIR, REPLACE AND INSTALL COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS ITEM BID NO. SUBJECT E-141 REQUEST APPROVAL OF SUPPLEMENTAL AWARD ON TERM CONTRACT E-142 004-NN03 RESCIND AWARD GROUP A – ITEMS 2.1 AND 2.2 ON REQUEST FOR PROPOSALS NO. 004-NN03 MANUFACTURER DIRECT COMMODITY PROCESSING E-143 059-NN05 PAPER, MULTIPURPOSE XEROGRAPHIC

Upload: others

Post on 31-May-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Office of Superintendent of Schools August 20, 2013 Board Meeting of September 3, 2013 Financial Services Richard H. Hinds, Chief Financial Officer COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ENGAGEMENT ITEM BID NO. SUBJECT C-11 060-NN10 REQUEST AUTHORIZATION TO ENTER INTO

CONTRACTUAL SERVICES AGREEMENT, PURSUANT TO REQUEST FOR PROPOSALS NO. 060-NN10 – SPEECH AND LANGUAGE PATHOLOGY SERVICES/SPEECH LANGUAGE EVALUATIONS

C-12 076-NN10 REQUEST AUTHORIZATION TO ENTER INTO CONTRACTUAL SERVICES AGREEMENT, PURSUANT TO REQUEST FOR PROPOSALS NO. 076-NN10 – OUTSIDE AGENCIES QUALIFIED TO OPERATE ALTERNATIVE EDUCATION PROGRAMS FOR MIAMI-DADE COUNTY PUBLIC SCHOOLS AT-RISK STUDENTS #2

C-13 081-NN10 REQUEST AUTHORIZATION TO ENTER INTO A CONTRACTUAL SERVICES AGREEMENT, PURSUANT TO REQUEST FOR PROPOSALS NO. 081-NN10 – SPORTS MEDICINE PROGRAM

COMMITTEE: FACILITIES AND CONSTRUCTION REFORM ITEM BID NO. SUBJECT F-60 072-NN03 RECYCLING AND SOLID-WASTE COLLECTION

SERVICES F-61 080-NN10 REQUEST AUTHORIZATION TO ENTER INTO A

CONTRACTUAL SERVICES AGREEMENT, PURSUANT TO REQUEST FOR PROPOSALS NO. 080-NN10 – INSPECTION/ADMINISTRATIVE SERVICES

F-62 002-PP09 ELECTRICAL SERVICES: REPAIR, REPLACE AND INSTALL

COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS ITEM BID NO. SUBJECT E-141 REQUEST APPROVAL OF SUPPLEMENTAL AWARD ON

TERM CONTRACT E-142 004-NN03 RESCIND AWARD GROUP A – ITEMS 2.1 AND 2.2 ON

REQUEST FOR PROPOSALS NO. 004-NN03 MANUFACTURER DIRECT COMMODITY PROCESSING

E-143 059-NN05 PAPER, MULTIPURPOSE XEROGRAPHIC

Page 2: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

E-144 024-NN10 SIGN-LANGUAGE INTERPRETATION SERVICES E-145 048-NN05 ART AND SPECIALTY PAPER (RESCIND AND RE-

AWARD)

Page 3: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Office of Superintendent of Schools August 20, 2013 Board Meeting of September 3, 2013 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: REQUEST AUTHORIZATION TO ENTER INTO

CONTRACTUAL SERVICES AGREEMENTS BETWEEN THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA, AND EBS (EDUCATIONAL BASED SERVICES), AND SPEECH REHAB SERVICES, LLC, PURSUANT TO REQUEST FOR PROPOSALS NO. 060-NN10 – SPEECH AND LANGUAGE PATHOLOGY SERVICES/SPEECH LANGUAGE EVALUATIONS

COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY

ENGAGEMENT LINK TO STRATEGIC FRAMEWORK: EDUCATION Request For Proposals No. 060-NN10 – SPEECH AND LANGUAGE PATHOLOGY SERVICES/SPEECH LANGUAGE EVALUATIONS, is to provide speech and language pathology evaluations to referred students and/or speech and language pathology services, for the education of students, for whom such services have been identified as necessary to access education, for the Division of Special Education Services. This is a term proposal. Thirteen (13) proposers responded to this advertised solicitation. Services may include response to intervention, articulation therapy, language therapy, fluency therapy and voice therapy, in addition to screenings, diagnostics and completion of all required forms, to assist in determining and documenting program services. Students may be in regular programs or in SPED programs (e.g., autistic spectrum disorder, learning disabled, physically impaired, intellectually disabled). The term of the contract shall be for an initial period from October 1, 2013, through June 30, 2015. The contract may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the awardees, be extended for two (2) additional one (1) year periods and, if needed, ninety (90) days beyond the expiration date of the current contract.

Page 1 of 3 C-11

Page 4: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

A meeting of the Evaluation Committee to review the proposals was held on July 25, 2013. Thirteen (13) proposals were presented for consideration: Accountable Healthcare Staffing, Inc.; Ardor Health Solutions; Audrey B. Greenwald d.b.a. Boca Speech Center; Cobb Pediatric Therapy Services; EBS - Educational Based Services; Impact Kids, Inc.; Invo Healthcare Associates, Inc.; Jackson Therapy Partners, LLC; NTS Staffing; Progressus Therapy, LLC; Soliant Health, Inc.; Speech Rehab Services, LLC; and TinyEye Therapy Services. After considerable discussion, the Committee recommended that two (2) proposers be considered for award: EBS (Educational Based Services) and Speech Rehab Services, LLC.

The speech and language pathology service agencies that are listed in this item will be contacted to provide speech and language pathologists, who are licensed in the State of Florida, to provide the required services. Fund Source 0420 – Contracted Programs RECOMMENDED: That The School Board of Miami-Dade County, Florida,

AUTHORIZE the Superintendent of Schools, to enter into contractual services agreements between The School Board of Miami-Dade County, Florida, and EBS (Educational Based Services) and Speech Rehab Services, LLC, pursuant to Request For Proposals No. 060-NN10 – SPEECH AND LANGUAGE PATHOLOGY SERVICES/SPEECH LANGUAGE EVALUATIONS, to provide speech and language evaluations to referred students and/or speech and language pathology services, for the education of students, for whom such services have been identified as necessary to access education, for the Division of Special Education Services, effective October 1, 2013, through June 30, 2015, including extensions thereto, as follows:

1. EBS – (EDUCATIONAL BASED SERVICES) HEALTHCARE, INC. 200 SKILES BOULEVARD WESTCHESTER, PA 19382

JOHN A. GUMPERT SPECIAL EDUCATION COORDINATOR Speech and Language Pathology Services @ $58 per hour. Speech and Language Evaluations @ $120 per evaluation. Page 2 of 3

Page 5: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

2. SPEECH REHAB SERVICES, LLC 950 PENINSULA CORPORATE CIRCLE, SUITE 1014 BOCA RATON, FL 33487 JANET L. SANDLER, M.A. CCC-SLP, PRESIDENT Speech and Language Pathology Services @ $59.50 per hour. Speech and Language Evaluations @ $120 per evaluation.

3. Authorize Procurement Management Services to purchase

up to the estimated amount of $6,000,000, for the initial contract term, and an amount not to exceed $3,000,000, for each additional one (1) year extension period. Board approval of this recommendation does not mean the amount shown will be expended.

RHH/mh

Page 3 of 3

Page 6: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 7: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Office of Superintendent of Schools August 20, 2013 Board Meeting of September 3, 2013 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: REQUEST AUTHORIZATION TO ENTER INTO A

CONTRACTUAL SERVICES AGREEMENT BETWEEN THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA AND PACE CENTER FOR GIRLS, INC., PURSUANT TO REQUEST FOR PROPOSALS NO. 076-NN10 – OUTSIDE AGENCIES QUALIFIED TO OPERATE ALTERNATIVE EDUCATION PROGRAMS FOR MIAMI-DADE COUNTY PUBLIC SCHOOLS AT-RISK STUDENTS #2

COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY

ENGAGEMENT LINK TO STRATEGIC FRAMEWORK: EDUCATION Request For Proposals No. 076-NN10 – OUTSIDE AGENCIES QUALIFIED TO OPERATE ALTERNATIVE EDUCATION PROGRAMS FOR MIAMI-DADE COUNTY PUBLIC SCHOOLS AT-RISK STUDENTS #2, is to provide services to at-risk and/or adjudicated school-age youth, in grades 6-12, within Miami-Dade County, Florida, for School Operations/Alternative Education. The agencies will provide educational services to at-risk and adjudicated school-age youth, in grades 6-12, in multiple settings. The services may include: improve student achievement, improve attendance, increase graduation rate, reduce dropout rate, and provide personal, social and career development skills. This is a term proposal. Two (2) vendors responded to this advertised solicitation. The term of the proposal shall be from date of award, through June 30, 2014 and may, by mutual agreement between The School Board and the awardee, be extended for two (2) additional one (1) year periods and, if needed, ninety (90) days beyond the expiration date of the current extension period, contingent upon continued receipt of funds appropriated by the Florida Legislature on a year-by-year basis and satisfactory performance by the agency. A meeting of the Selection Committee to evaluate the proposals was held on July 31, 2013. Two (2) proposals were presented for consideration: PACE Center for Girls, Inc., and Villa Preparatory Academy, Corp. After considerable discussion, the Committee unanimously recommended that PACE Center for Girls, Inc. be considered for award.

Page 1 of 2 C-12

Page 8: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

The contracted amounts to be awarded will be based on the 2013-2014 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 0100 - General RECOMMENDED: That The School Board of Miami-Dade County, Florida,

AUTHORIZE the Superintendent of Schools, to enter into a contractual services agreement between The School Board of Miami-Dade County, Florida, and PACE Center for Girls, Inc., pursuant to Request For Proposals No. 076-NN10 – OUTSIDE AGENCIES QUALIFIED TO OPERATE ALTERNATIVE EDUCATION PROGRAMS FOR MIAMI-DADE COUNTY PUBLIC SCHOOLS AT-RISK STUDENTS #2, to provide services to at-risk and/or adjudicated school-age youth, in grades 6-12, within Miami-Dade County, Florida, for School Operations/Alternative Education, during the term of the proposal, effective September 3, 2013, through June 30, 2014, including extensions thereto, as follows:

1. PACE CENTER FOR GIRLS, INC.

218 S.E. 14 STREET, TS202 MIAMI, FL 33131 SHERRY THOMPSON GIORDANO EXECUTIVE DIRECTOR

2. Authorize Procurement Management Services to purchase

up to the total estimated amount of $296,320 for the initial contract term, and an amount not to exceed $296,320, for each additional one (1) year period. Board approval of this recommendation does not mean the amount shown will be expended.

RHH/mh Page 2 of 2

Page 9: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 10: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Office of Superintendent of Schools August 20, 2013 Board Meeting of September 3, 2013 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: REQUEST AUTHORIZATION TO ENTER INTO A

CONTRACTUAL SERVICES AGREEMENT BETWEEN THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA, AND UHZ SPORTS MEDICINE INSTITUTE, PURSUANT TO REQUEST FOR PROPOSALS NO. 081-NN10 – SPORTS MEDICINE PROGRAM (REBID)

COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY

ENGAGEMENT LINK TO STRATEGIC FRAMEWORK: EDUCATION Request For Proposals No. 081-NN10 – SPORTS MEDICINE PROGRAM (REBID), is to provide a comprehensive sports medicine program of injury prevention, physical screening examinations, evaluation, treatment, and rehabilitation of athletes who participate in the District’s interscholastic athletic programs in the thirty-seven (37) senior high schools, for Athletics/Activities and Accreditation. These services will be provided by the Board at no cost to the student athlete. Additionally, the agency will provide workshops for athletic personnel and area sports medicine clinics for the evaluation, care, and rehabilitation of athletes, as well as consultation services when needed. This is a term proposal. Three (3) proposers responded to this advertised solicitation. The term of the contract shall be for an initial two (2) year period and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the awardee, 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. The Selection Committee met on July 24, 2013, to evaluate the proposals received in response to the Request For Proposals. Three (3) proposals were presented for consideration: Doctor’s Hospital UHZ Sports Medicine Institute; Variety Children’s Hospital, d.b.a. Miami Children’s Hospital; and University of Miami, d.b.a. UHealth Sports Performance and Wellness Institute. After considerable discussion, the Committee unanimously recommended Doctor’s Hospital UHZ Sports Medicine Institute, for award.

Page 1 of 2 C-13

Page 11: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

In consideration of budgetary constraints, and in support of the Division of Athletics/Activities and Accreditation and student athletes, UHZ Sports Medicine Institute, along with Doctor’s Hospital, the current contractor, will continue to provide the majority of sports medicine services described in the RFP to Miami-Dade County Public Schools, as a “community service”, at no charge. The proposer will continue offering educational seminars for athletic trainers, coaches, athletic directors, and the community, to keep them informed of advances in critical treatment areas including: concussion, heat illness, sickle-cell trait, MRSA, and manual therapy techniques, at an annual cost of one dollar ($1.00). The proposer will also be expanding its current services to include a comprehensive concussion program and free EKG screenings to M-DCPS athletes. Fund Source 0100 - General RECOMMENDED: That The School Board of Miami-Dade County, Florida,

AUTHORIZE the Superintendent, to enter into a contractual services agreement between The School Board of Miami-Dade County, Florida, and UHZ Sports Medicine Institute, pursuant to Request For Proposals No. 081-NN10 – SPORTS MEDICINE PROGRAM (REBID), to provide a comprehensive sports medicine program of injury prevention, physical screening examinations, evaluation, treatment, and rehabilitation of athletes who participate in the District’s interscholastic athletic programs in the thirty-seven (37) senior high schools, for Athletics/Activities and Accreditation, effective November 1, 2013, through October 30, 2015, including extensions thereto, as follows:

1. UHZ SPORTS MEDICINE INSTITUTE 1150 CAMPO SANO AVENUE, SUITE 200 CORAL GABLES, FL 33146 GRIZELLE G. AUGUSTE SPORTS MEDICINE COORDINATOR

Sports Medicine Services @ $1.00 per year. 2. Authorize Procurement Management Services to purchase

up to the total amount of $2.00, for the initial contract term, and an amount not to exceed $2.00 for one (1) additional two (2) year extension period. Board approval of this recommendation does not mean the amount shown will be expended.

RHH/mh Page 2 of 2

Page 12: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 13: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Office of Superintendent of Schools August 20, 2013 Board Meeting of September 3, 2013 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: AWARD BID NO. 072-NN03 – RECYCLING AND SOLID-

WASTE COLLECTION SERVICES COMMITTEE: FACILITIES AND CONSTRUCTION REFORM LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY The purpose of this bid is to provide, at a firm unit price, recycling and solid-waste collection services, for various District locations, for the Department of District Inspections, Operations and Emergency Management (DIOEM). 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. Seven (7) vendors responded to this advertised solicitation. The term of the bid shall be for three (3) years from date of award and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the awardees, 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. This is an award to primary and alternate vendors offering the best pricing for each of the services mentioned in the bid: solid waste, recycling, compactors, asbestos pickups and roll-off pickups. The District reserves the right to award any individual and/or combination of bid items within this bid, offering the lowest price per type of service rendered, whichever is in the best interest of the District. Therefore, all other optional groups for Items 8, 9C, 16A, 16B, 16C, 16D, 38 and 39 are being rejected. Identical prices were submitted on Item 2 – Regular Solid-Waste Pickup: Group 2, by Ecological Paper Recycling, Inc., of Opa-locka, Florida, and Waste Management Inc. of Florida, of Miami, Florida. The recommendation reflects the award of this tie low bid item to Waste Management Inc. of Florida, of Miami, Florida, pursuant to Board Policy 6320, Identical Prices – Priorities for Award. A price comparison was conducted against the District’s previous contract, resulting in savings of approximately $58,271, annually.

Page 1 of 9 F-60

Page 14: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Strategies were employed to increase M/WBE participation, however, no responses were received for this bid solicitation. Fund Source 0100 - General RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD

Bid No. 072-NN03 – RECYCLING AND SOLID-WASTE COLLECTION SERVICES, to provide recycling and solid-waste collection services, for various District locations, for the Department of District inspections, Operations and Emergency Management (DIOEM), during the term of the bid, effective October 1, 2013, through September 30, 2016, including extensions thereto, as follows:

PRIMARY

1. WASTE MANAGEMENT INC. OF FLORIDA 2125 N.W. 10 COURT MIAMI, FL 33127 OWNER: TIMOTHY HAWKINS, PRESIDENT Section I: Regular Solid-Waste Pickup. Lowest amount per cubic yard per pickup: Items 1 through 7. Item 1 - Group 1, 70 locations @ $4.15 per cubic yard, per pickup. Item 2 - Group 2, 52 locations @ $4.15 per cubic yard, per pickup. Item 3 - Group 3, 60 locations @ $4.15 per cubic yard, per pickup. Item 4 - Group 4, 54 locations @ $4.15 per cubic yard, per pickup. Item 5 - Group 5, 53 locations @ $4.15 per cubic yard, per pickup. Item 6 - Group 6, 56 locations @ $4.15 per cubic yard, per pickup. Item 7 - Group 7, 41 locations @ $4.15 per cubic yard, per pickup. Page 2 of 9

Page 15: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

2. ECOLOGICAL PAPER RECYCLING, INC. 2350 N.W. 149 STREET OPA-LOCKA, FL 33054 OWNER: MANUELA FLORES, PRESIDENT Section II: Recycling Pickup. Lowest combination of price per cubic yard and rebate per ton of recycled material: Items 9a, 10a, 11a, 12a, 13a, 14a and 15a. Additional optional items: 9b, 9d, 10b through 10d, 11b through 11d, 12b through 12d, 13b through 13d, 14b through 14d, and 15b through 15d. Section III: Compactors Pickup. Lowest amount per pickup: Items 17 through 19. Section IV: Asbestos Pickup. Lowest amount per delivery, per pickup: Items 20 through 23. Item 9a - Group 1, 70 locations @ $1.91 per cubic yard, per pickup, and $36.50 rebate per ton of recycled material. Item 9b - Optional additional tote for recycling pickup of milk cartons @ $0 per unit. Item 9d - Optional additional cost for pickup of a tote @ $7 per unit. Item 10a - Group 2, 52 locations @ $1.91 per cubic yard,

per pickup, and $36.50 rebate per ton of recycled material.

Item 10b - Optional additional tote for recycling pickup of milk cartons @ $0 per unit.

Item 10c - Optional additional tote for recycling pickup of styrofoam @ $7 per unit.

Item 10d - Optional additional cost for pickup of a tote @ $7 per unit.

Item 11a - Group 3, 60 locations @ $1.91 per cubic yard, per pickup, and $36.50 rebate per ton of recycled material.

Item 11b - Optional additional tote for recycling pickup of milk cartons @ $0 per unit. Item 11c - Optional additional tote for recycling pickup of styrofoam @ 7 per unit. Page 3 of 9

Page 16: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Item 11d - Optional additional cost for pickup of a tote @ $7 per unit. Item 12a - Group 4, 54 locations @ $1.91 per cubic yard, per pickup, and $36.50 per ton of recycled material. Item 12b - Optional additional tote for recycling pickup of milk cartons @ $0 per unit. Item 12c - Optional additional tote for recycling pickup of styrofoam @ 7 per unit. Item 12d - Optional additional cost for pickup of a tote @ $7 per unit. Item 13a - Group 5, 53 locations @ $1.91 per cubic yard, per pickup, and $36.50 per ton of recycled material. Item 13b - Optional additional tote for recycling pickup of milk cartons @ $0 per unit. Item 13c - Optional additional tote for recycling pickup of styrofoam @ $7 per unit. Item 13d - Optional additional cost for pickup of a tote @ $7 per unit. Item 14a - Group 6, 56 locations @ $1.91 per cubic yard, per pickup, and $36.50 rebate per ton of recycled material. Item 14b - Optional additional tote for recycling pickup of milk cartons @ $0 per unit. Item 14c - Optional additional tote for recycling pickup of styrofoam @ 7 per unit. Item 14d - Optional additional cost for pickup of a tote @ $7 per unit. Item 15a - Group 7, 41 locations @ $1.91 per cubic yard, per pickup, and $36.50 rebate per ton of recycled material. Item 15b - Optional additional tote for recycling pickup of milk cartons @ $0 per unit. Item 15c - Optional additional tote for recycling pickup of styrofoam @ $7 per unit. Item 15d - Optional additional cost for pickup of a tote @ $7 per unit. Item 17 - Groups 1 through 7 combined, 6 cubic yard volume @ $49.99 per unit. Item 18 - Groups 1 through 7 combined, 8 cubic yard volume @ $72 per unit. Page 4 of 9

Page 17: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Item 19 - Optional solar power unit for each compactor @ $131 per unit. Item 20 - Groups 1 through 7 combined, 10 cubic yard volume @ $375 per delivery and pickup. Item 21 - Groups 1 through 7 combined, 20 cubic yard volume @ 498 per delivery and pickup. Item 22 - Groups 1 through 7 combined, 30 cubic yard volume @ $598 per delivery and pickup. Item 23 - Groups 1 through 7 combined, 40 cubic yard volume @ $660 per delivery and pickup.

3. PROGRESSIVE WASTE SOLUTIONS OF FL, INC. 3840 N.W. 37 COURT MIAMI, FL 33142 OWNER: JOSEPH D. QUARIN, VICE-CHAIRMAN/C.E.O. Section V: Roll-Off Pickup. Lowest amount per delivery per pickup: Items 24 through 37. Item 24 - Group 1, 70 locations, 20 cubic yard @ $226.33 per delivery and pickup. Item 25 - Group 1, 70 locations, 30 cubic yard @ $270.41 per delivery and pickup. Item 26 - Group 2, 52 locations, 20 cubic yard @ $222.45 per delivery and pickup. Item 27 - Group 2, 52 locations, 30 cubic yard @ $265.78 per delivery and pickup. Item 28 - Group 3, 60 locations, 20 cubic yard @ $234.99 per delivery and pickup. Item 29 - Group 3, 60 locations, 30 cubic yard @ $279.70 per delivery and pickup. Item 30 - Group 4, 54 locations, 20 cubic yard @ $223.30 per delivery and pickup. Item 31 - Group 4, 54 locations, 30 cubic yard @ $266.80 per delivery and pickup. Item 32 - Group 5, 53 locations, 20 cubic yard @ $222.14 per delivery and pickup. Item 33 - Group 5, 53 locations, 30 cubic yard @ $265.41 per delivery and pickup. Item 34 - Group 6, 56 locations, 20 cubic yard @ $224 per delivery and pickup. Page 5 of 9

Page 18: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Item 35 - Group 6, 56 locations, 30 cubic yard @ $267.50 per delivery and pickup. Item 36 - Group 7, 41 locations, 20 cubic yard @ $217.25 per delivery and pickup. Item 37 - Group 7, 41 locations, 30 cubic yard @ $259.50 per delivery and pickup. ALTERNATE

4. ECOLOGICAL PAPER RECYCLING, INC. 2350 N.W. 149 STREET OPA-LOCKA, FL 33054 OWNER: MANUELA FLORES, PRESIDENT Section I: Regular Solid-Waste Pickup. Second lowest amount per cubic yard per pickup: Items 1 through 7. Item 1 - Group 1, 70 locations @ $4.26 per cubic yard, per pickup. Item 2 - Group 2, 52 locations @ $4.15 per cubic yard, per pickup. Item 3 - Group 3, 60 locations @ $4.85 per cubic yard, per pickup. Item 4 - Group 4, 54 locations @ $4.85 per cubic yard, per pickup. Item 5 - Group 5, 53 locations @ $4.95 per cubic yard, per pickup. Item 6 - Group 6, 56 locations @ $4.95 per cubic yard, per pickup. Item 7 - Group 7, 41 locations @ $4.95 per cubic yard, per pickup.

5. WASTE MANAGEMENT INC. OF FLORIDA 2125 N.W. 10 COURT MIAMI, FL 33127 OWNER: TIMOTHY HAWKINS, PRESIDENT Section II: Recycling Pickup. Second lowest combination of price per cubic yard and rebate per ton of recycled material: Items 9a, 10a, 11a, 12a, 13a, 14a and 15a. Page 6 of 9

Page 19: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Additional Optional Items: 9b, 10b, 11b, 12b, 13b, 14b and 15b. Section III: Compactors Pickup. Second lowest amount per pickup: Items 17 through 18. Section IV: Asbestos Pickup. Second lowest amount per delivery, per pickup: Items 20 through 22.

Item 9a - Group 1, 70 locations @ $2.40 per cubic yard, per pickup, and $40 rebate per ton of recycled material. Item 9b - Optional additional tote for recycling pickup of milk cartons @ $0 per unit. Item 10a - Group 2, 52 locations @ $2.40 per cubic yard,

per pickup, and $40 rebate per ton of recycled material.

Item 10b - Optional additional tote for recycling pickup of milk cartons @ $0 per unit. Item 11a - Group 3, 60 locations @ $2.40 per cubic yard,

per pickup, and $40 rebate per ton of recycled material.

Item 11b - Optional additional tote for recycling pickup of milk cartons @ $0 per unit. Item 12a - Group 4, 54 locations @ $2.40 per cubic yard, per pickup, and $40 per ton of recycled material. Item 12b - Optional additional tote for recycling pickup of milk cartons @ $0 per unit. Item 13a - Group 5, 53 locations @ $2.40 per cubic yard, per pickup, and $40 per ton of recycled material. Item 13b - Optional additional tote for recycling pickup of milk cartons @ $0 per unit. Item 14a - Group 6, 56 locations @ $2.40 per cubic yard, per pickup, and $40 per ton of recycled material. Item 14b - Optional additional tote for recycling pickup of milk cartons @ $0 per unit. Item 15a - Group 7, 41 locations @ $2.40 per cubic yard, per pickup, and $40 per ton of recycled material. Page 7 of 9

Page 20: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Item 15b - Optional additional tote for recycling pickup of milk cartons @ $0 per unit. Item 17 - Groups 1 through 7 combined, 6 cubic yard volume @ $74.70 per unit. Item 18 - Groups 1 through 7 combined, 8 cubic yard volume @ $99.60 per unit. Item 20 - Groups 1 through 7 combined, 10 cubic yard volume @ $593 per delivery and pickup. Item 21 - Groups 1 through 7 combined, 20 cubic yard volume @ 742 per delivery and pickup. Item 22 - Groups 1 through 7 combined, 30 cubic yard volume @ $1,039 per delivery and pickup.

6. WASTE PRO OF FLORIDA, INC. 17302 PINES BOULEVARD PEMBROKE PINES, FL 33029 OWNER: JOHN JENNINGS, PRESIDENT/C.E.O. Section IV: Asbestos Pickup. Second lowest amount per delivery per pickup: Item 23. Item 23 - Groups 1 through 7 combined, 40 cubic yard volume @ $784.56 per delivery and pickup.

7. GREAT WASTE AND RECYCLING SERVICES, LLC 3051 N.W. 129 STREET OPA-LOCKA, FL 33054 OWNER: CARLO PICCINONNA Section V: Roll-Off Pickup. Second lowest amount per delivery per pickup: Items 24 through 27. Item 24 - Group 1, 70 locations, 20 cubic yard @ $275 per delivery and pickup. Item 25 - Group 1, 70 locations, 30 cubic yard @ $375 per delivery and pickup. Item 26 - Group 2, 52 locations, 20 cubic yard @ $275 per delivery and pickup. Item 27 - Group 2, 52 locations, 30 cubic yard @ $375 per delivery and pickup. Page 8 of 9

Page 21: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

8. ECOLOGICAL PAPER RECYCLING, INC. 2350 N.W. 149 STREET OPA-LOCKA, FL 33054 OWNER: MANUELA FLORES, PRESIDENT Section V: Roll-Off Pickup. Second lowest amount per delivery per pickup: Items 28 through 37. Item 28 - Group 3, 60 locations, 20 cubic yard @ $279 per delivery and pickup. Item 29 - Group 3, 60 locations, 30 cubic yard @ $279 per delivery and pickup. Item 30 - Group 4, 54 locations, 20 cubic yard @ $279 per delivery and pickup. Item 31 - Group 4, 54 locations, 30 cubic yard @ $379 per delivery and pickup. Item 32 - Group 5, 53 locations, 20 cubic yard @ $279 per delivery and pickup. Item 33 - Group 5, 53 locations, 30 cubic yard @ $379 per delivery and pickup. Item 34 - Group 6, 56 locations, 20 cubic yard @ $279 per delivery and pickup. Item 35 - Group 6, 56 locations, 30 cubic yard @ $379 per delivery and pickup. Item 36 - Group 7, 41 locations, 20 cubic yard @ $279 per delivery and pickup. Item 37 - Group 7, 41 locations, 30 cubic yard @ $379 per delivery and pickup.

9. REJECT Items 8, 9C, 16A, 16B, 16C, 16D, 38 and 39.

10. Authorize Procurement Management Services to purchase up to the total estimated amount of $15,924,222, for the initial contract term, and an amount not to exceed $5,308,074, for each additional one (1) year extension period. Board authorization of this recommendation does not mean the amount shown will be expended.

RHH/mh Page 9 of 9

Page 22: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 23: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 24: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 25: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 26: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 27: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 28: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 29: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Office of Superintendent of Schools August 20, 2013 Board Meeting of September 3, 2013 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: REQUEST AUTHORIZATION TO ENTER INTO A

CONTRACTUAL SERVICES AGREEMENT BETWEEN THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA, AND TOWER ELEVATOR CORPORATION, PURSUANT TO REQUEST FOR PROPOSALS NO. 080-NN10 – INSPECTION/ ADMINISTRATIVE SERVICES FOR ELEVATORS AND WHEELCHAIR LIFTS (REBID)

COMMITTEE: FACILITIES AND CONSTRUCTION REFORM LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY Request For Proposals No. 080-NN10 - INSPECTION/ADMINISTRATIVE SERVICES FOR ELEVATORS AND WHEELCHAIR LIFTS (REBID), is to provide inspection services, including periodic monitoring or quality control inspections of repairs or corrections performed by the elevator maintenance contractor, for Maintenance Operations. These services will provide the Board with an effective means of meeting the requirements of the Florida State Department of Business and Professional Regulations. This is a term proposal. Two (2) proposers responded to this advertised solicitation. The term of the contract shall be for an initial one (1) year period and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the awardees, be extended for four (4) additional one (1) year periods and, if needed, ninety (90) days beyond the expiration date of the current contract period. The Selection Committee met to evaluate proposals received in response to the Request For Proposals, on July 23, 2013. Two (2) proposals were presented for consideration: Tower Elevator Corporation and Dade Elevator Inspections, Inc. After considerable deliberation, the Committee chose Tower Elevator Corporation, as the primary awardee, and Dade Elevator Inspections, Inc., as an alternate. Fund Source 0100 - General

Page 1 of 2 F-61

Page 30: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Benchmarking was conducted against the previous contract amount and the hourly rate reflects a reduction from $90 per hour to $80 per hour, resulting in a savings of approximately $12,000 per year. RECOMMENDED: That The School Board of Miami-Dade County, Florida,

AUTHORIZE the Superintendent of Schools, to enter into a contractual services agreement between The School Board of Miami-Dade County, Florida, and Tower Elevator Corporation, pursuant to Request For Proposals No. 080-NN10 – INSPECTION/ADMINISTRATIVE SERVICES FOR ELEVATORS AND WHEELCHAIR LIFTS (REBID), to provide inspection services, including periodic monitoring or quality control inspections of repairs or corrections performed by the elevator maintenance contractor, for Maintenance Operations, effective October 1, 2013, through September 30, 2014, including extensions thereto, as follows:

PRIMARY

1. TOWER ELEVATOR CORPORATION 3631 N.W. 48 TERRACE MIAMI, FL 33142 JAMES J. PATTERSON, PRESIDENT

Inspection Services @ $80 per hour.

ALTERNATE 2. DADE ELEVATOR INSPECTIONS, INC. 6262 BIRD ROAD MIAMI, FL 33155 RICARDO MACARENO, PRESIDENT Inspection Services @ $95 per hour.

3. Authorize Procurement Management Services to purchase up to the estimated amount of $115,000, for the initial contract term, and an amount not to exceed $115,000, for each additional one (1) year extension period. Board approval of this recommendation does not mean the amount shown will be expended.

RHH/mh Page 2 of 2

Page 31: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 32: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Office of Superintendent of Schools August 20, 2013 Board Meeting of September 3, 2013 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: AWARD BID NO. 002-PP09 – ELECTRICAL SERVICES:

REPAIR, REPLACE AND INSTALL COMMITTEE: FACILITIES AND CONSTRUCTION REFORM LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY The purpose of this bid is to establish a list of preapproved electrical contractors, to furnish all labor, supervision, equipment and materials necessary, to provide service in addressing electrical safety-to-life deficiencies, and miscellaneous electrical services, for Maintenance Operations. This is a term bid which states the Board may purchase quantities, as may be required, but, is not obligated to purchase any guaranteed amount. Nine (9) vendors responded to this solicitation. The term of the bid shall be for two (2) years from date of award and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the awardees, be extended for three (3) additional one (1) year periods and, if needed, ninety (90) days beyond the expiration date of the current contract periods. Awarded vendors will be contacted through a Request For Quotes. Strategies were employed to increase M/WBE participation. Through these strategies, three (3) of the nine (9) awarded vendors are M/WBE. Fund Source 0300 – Capital RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD

Bid No. 002-PP09 – ELECTRICAL SERVICES: REPAIR, REPLACE, AND INSTALL, to establish a list of preapproved electrical contractors, to furnish all labor, supervision, equipment and materials necessary, to provide service in addressing electrical safety-to-life deficiencies, and miscellaneous electrical services, for Maintenance Operations, during the term of the bid, effective September 15, 2013, through September 14, 2015, including extensions thereto, as follows:

Page 1 of 3 F-62

Page 33: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

1. ABW ELECTRIC, INC. 13006 S.W. 120 STREET MIAMI, FL 33186 OWNER: WILFRIED W. LEITNER

2. A.C. ELECTRICAL CONTRACTOR, INC. 3451 N.W. 48 STREET MIAMI, FL 33142 OWNER: DAYIRA HERNANDEZ, PRESIDENT

3. AGC ELECTRIC, INC. 2660 WEST 79 STREET HIALEAH, FL 33016 OWNER: TOMAS V. CURBELO, PRESIDENT

4. ALL TECH ELECTRIC, INC. 1723 WEST 37 STREET, BAY 6 HIALEAH, FL 33012 M/WBE OWNER: LLAUL LLANES, PRESIDENT

5. CANSECO ELECTRICAL CONTRACTORS, INC. 7175 S.W. 43 STREET MIAMI, FL 33155 M/WBE OWNER: BARBARA CANSECO, PRESIDENT/CEO

6. CROWN ELECTRIC OF SOUTH FLORIDA, INC. 2311 WEST 76 STREET HIALEAH, FL 33016 OWNER: CARLOS A. DEJESUS, PRESIDENT

7. KASAS CONSTRUCTION, INC. 45 VALENCIA AVENUE CORAL GABLES, FL 33134 OWNER: KAMRAN OKHOVAT, PRESIDENT

8. METRO CONTRACTORS, INC. 3836 N.W. 125 STREET OPA-LOCKA, FL 33054 M/WBE OWNER: AMAT FERNANDEZ, PRESIDENT Page 2 of 3

Page 34: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

9. SCOTTS ELECTRICAL & LIGHTING, LLC 16751 S.W. 62 STREET SOUTH WEST RANCHES, FL 33331 OWNER: TRACY SCOTT, PRESIDENT

10. Authorize Procurement Management Services to purchase up to the total estimated amount of $4,000,000.00, for the initial contract term, and an amount not to exceed $2,000,000.00 for each additional one (1) year extension period. Board authorization of this recommendation does not mean the amount shown will be expended.

RHH/mh Page 3 of 3

Page 35: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Office of Superintendent of Schools August 20, 2013 Board Meeting of September 3, 2013 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: REQUEST APPROVAL OF SUPPLEMENTAL AWARD ON

TERM CONTRACT COMMITTEE: INNOVATION, EFFICIENCY, & GOVERNMENTAL

RELATIONS LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY The purpose of this request is to obtain prior approval of the supplemental award on the following term contract, inasmuch as the estimated requirements, previously awarded by the Board, will be exceeded before the contract term expires. RECOMMENDED: That The School Board of Miami-Dade County, Florida, APPROVE

the supplemental award on the following contract, inasmuch as the estimated requirements, previously awarded by the Board, will be exceeded before the contract term expires.

(1)

Approve the supplemental award by $500,000 and amend the total contract award to $674,493, on Contract No. 021-JJ04 – WIRELESS NETWORKS, TELECOMMUNICATION (FURNISH AND INSTALL, VOICE AND DATA) to furnish wireless networking technology within Miami-Dade County Public Schools (M-DCPS) sites, for Information Technology Services, during the the term of the contract, effective October 1, 2012, through September 30, 2013. This supplemental award is necessary to significantly expand and enhance the District’s network infrastructure, in order to support and manage the anticipated network traffic, resulting from the wireless expansion for Bring Your Own Device (BYOD). The supplemental amount requested is based on the next one (1) month usage. Fund Source 0100 General

Page 1 of 2 E-141

Page 36: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

PRIMARY

1. JDL TECHNOLOGIES, INC. 10900 RED CIRCLE DRIVE MINNETONKA, MN 55343 OWNER: CURTIS J. SAMPSON, CHAIRMAN ALTERNATE ONE (1)

2 ATC INTERNATIONAL, INC.

1270 N.W. 165 STREET MIAMI, FL 33169 OWNER: VINCENT VENTO, C.E.O./PRESIDENT/SECRETARY

ALTERNATE TWO (2)

3. STRUCTURED CABLING SOLUTIONS, INC.

2300 WEST 80 STREET, SUITE 3 HIALEAH, FL 33016 OWNER: SYED A. SHAH, PRESIDENT M/WBE

ALTERNATE THREE (3)

4. UNITED DATA TECHNOLOGIES

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

ORIGINAL AWARD AMOUNT $2,300,000

PREVIOUS EXTENSION AMOUNT $174,930 THIS SUPPLEMENTAL $500,000

RHH/mh Page 2 of 2

Page 37: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 38: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Office of Superintendent of Schools August 20, 2013 Board Meeting of September 3, 2013 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: RESCIND AWARD GROUP A – ITEMS 2.1 AND 2.2 ON

REQUEST FOR PROPOSALS NO. 004-NN03 – MANUFACTURER DIRECT COMMODITY PROCESSING

COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY Request For Proposals No. 004-NN03 – MANUFACTURER DIRECT COMMODITY PROCESSING, is to enter into a cooperative purchasing agreement between Miami-Dade County Public Schools and Broward County Public Schools, to seek qualified manufacturers, to process bulk USDA commodity foods into finished products, for use in the National School Lunch and School Breakfast programs. This is a term proposal. Twenty-eight (28) responded to this advertised solicitation. The term of the proposal shall be for two (2) years and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the awardee, 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. This contract was awarded by the Board, at its meeting of May 8, 2013. Subsequent to the award, Procurement Management Services received documentation that Group A – Items 2.1 and 2.2 – Cheese and milk products, did not meet specifications. It is considered to be in the best interest of the District to rescind award and procure these items, using another governmental agency contract, with pricing at or below the stated unit price and where the items purchased conform to the specifications provided by the Department of Food and Nutrition. RECOMMENDED: That The School Board of Miami-Dade County, Florida:

1. RESCIND award of GROUP A – ITEMS 2.1 AND 2.2 on Request for Proposals No. 004-NN03 – MANUFACTURER DIRECT COMMODITY PROCESSING, effective September 3, 2013, as follows:

Page 1 of 2 E-142

Page 39: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

HIGHEST RANKED PROPOSAL LAND O’LAKES, INC. 1200 COUNTY ROAD F WEST ARDEN HILLS, MN 55112 ALETHIA C. SCHEETT, K12 SPECIALIST

Group A: Items 2.1 and 2.2 – Cheese and milk products.

RHH/mh Page 2 of 2

Page 40: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Office of Superintendent of Schools August 20, 2013 Board Meeting of September 3, 2013 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: AWARD BID NO. 059-NN05 – PAPER, MULTIPURPOSE

XEROGRAPHIC 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 multipurpose, xerographic paper, 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. Ten (10) vendors responded to this advertised solicitation. This is an award to primary and alternate vendors. The term of the bid shall be for one (1) year from the date of award and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the awardees, be extended for three (3) additional one (1) year periods and, if needed, ninety (90) days beyond the expiration date of the current contract period. Strategies were employed to increase M/WBE participation and three (3) vendors participated, but were not the successful awardees. The application of the Local Vendor Preference Policy was applied which resulted in one local vendor being awarded as a primary vendor as reflected in the recommend. Benchmarking was conducted against the State of Florida term contract and the District’s prices resulted in a savings of approximately $201,600. Fund Source 0100 – General

Page 1 of 3 E-143

Page 41: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. 059-NN05 – PAPER, MULTIPURPOSE XEROGRAPHIC, to purchase, at firm unit prices, quantities, as may be required, of multipurpose, xerographic paper, for Stores and Mail Distribution stock, during the term of the bid, effective September 3, 2013, through September 2, 2014, including extensions thereto, as follows:

PRIMARY

1. MAC PAPERS, INC. 5900 N.W. 176 STREET MIAMI, FL 33017 OWNER: F. SUTTON MCGEHEE, JR., CHAIRMAN/C.E.O. Low Unit Price: Item 1.

Item 1 - Paper, white, 20 lbs., 8-1/2” x 11” @ $23.70 per

case/10 reams, 500 sheets/ream.

2. MAGTEC CORPORATION 429 LENOX AVENUE, SUITE 5W14 MIAMI BEACH, FL 33139 OWNER: ANTONIO GIOIA, PRESIDENT Low Unit Price Meeting Specifications: Item 2. Item 2 - Paper, white, 20 lbs., 8-1/2” x 14” @ $33.50 per

case/10 reams, 500 sheets/ream.

ALTERNATE

3. OFFICE DEPOT, INC. 6600 NORTH MILITARY TRAIL BOCA RATON, FL 33496 OWNER: NEIL R. AUSTRIAN, C.E.O.

Second Low Unit Price: Item 1.

Item 1 - Paper, white, 20 lbs., 8-1/2” x 11” @ $23.74 per

case/10 reams, 500 sheets/ream.

Page 2 of 3

Page 42: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

4. UNISOURCE WORLDWIDE, INC. 7016 A.C. SKINNER PARKWAY JACKSONVILLE, FL 32256 OWNER: ALLAN DRAGONE, C.E.O.

Second Low Unit Price: Item 2. Item 2 - Paper, white, 20 lbs., 8-1/2” x 14” @ $34.51 per

case/10 reams, 500 sheets/ream.

5. Authorize Procurement Management Services to purchase up to the total estimated amount of $2,000,000, for the initial contract term, and an amount not to exceed $2,000,000, for each additional one (1) year extension period. Board authorization of this recommendation does not mean the amount shown will be expended.

RHH/mh Page 3 of 3

Page 43: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 44: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 45: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 46: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 47: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Office of Superintendent of Schools August 20, 2013 Board Meeting of September 3, 2013 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: AWARD BID NO. 024-NN10 – SIGN-LANGUAGE

INTERPRETATION SERVICES 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 sign-language interpretation services, for the hearing impaired, 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. Four (4) vendors responded to this advertised solicitation. This is an award to a primary and an alternate vendor.

The term of the bid shall be for two (2) years from the date of award and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the awardees, be extended for an additional two (2) year period and, if needed, ninety (90) days beyond the expiration date of the current contract period. Strategies were employed to increase M/WBE participation and one (1) M/WBE vendor was awarded as an alternate vendor.

The successful awardees shall be required to provide two (2) qualified sign-language interpreters at each televised regularly scheduled monthly School Board meeting and other public forums, held in the School Board Administration Building Auditorium, located at 1450 N. E. Second Avenue, Miami, Florida. Interpreters will be required to provide services for the duration of the meetings.

Additionally, services may be required to provide sign-language interpreter services for deaf/hard-of-hearing parents and employees, who rely on sign language in order to eliminate barriers to communication and to provide equal access to essential information regarding school/district-related activities, such as faculty meetings, professional development activities, meetings with parents/teachers, student assessment/evaluations, IEP’s, Open House, and end-of-year activities.

Fund Source 0100 - General

Page 1 of 2 E-144

Page 48: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

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

Bid No. 024-NN10 – SIGN-LANGUAGE INTERPRETATION SERVICES, to purchase, at firm unit prices, quantities, as may be required, of sign-language interpretation services, for the hearing impaired, for The School Board of Miami-Dade County, Florida, effective September 3, 2013, through September 2, 2015, including extensions thereto, as follows:

PRIMARY:

1. ACCESSIBLE COMMUNICATION FOR THE DEAF, INC.

4846 N. UNIVERSITY DRIVE, SUITE 354 LAUDERHILL, FL 33351 LISA CAMPBELL, PRESIDENT Low Unit Price Meeting Specifications: Sign Language Interpreters @ $65 per hour.

ALTERNATE: 2. NATIONWIDE INTERPRETER RESOURCE, INC.

101 PLAZA REAL SOUTH BOCA RATON, FL 33427 JUNE B. BACKER, PRESIDENT M/WBE Second Low Unit Price Meeting Specifications: Sign Language Interpreters @ $70 per hour.

3. Authorize Procurement Management Services to purchase up to the estimated total amount of $165,000, for the initial contract term, and an amount not to exceed $165,000, for one (1) additional two (2) year extension period. Board approval of this recommendation does not mean the amount shown will be expended.

RHH/mh Page 2 of 2

Page 49: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 50: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Office of Superintendent of Schools August 20, 2013 Board Meeting of September 3, 2013 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: RESCIND AND RE-AWARD CONTRACT NO. 048-NN05 –

ART AND SPECIALTY PAPER COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY The purpose of this contract is to purchase, at firm unit prices, quantities, as may be required, of art and specialty paper, 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. Five (5) vendors responded to this advertised solicitation. This is an award to primary and alternate vendors. The term of the contract shall be for one (1) year from the date of award and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the awardees, be extended for three (3) additional one (1) year periods and, if needed, ninety (90) days beyond the expiration date of the current contract period. The June 19, 2013, Board Agenda Item E-142, incorrectly reflected the award of Primary Groups I and V, to Daboter, Inc., d.b.a. Smith Office & Computer Supply and Primary Groups II and VI, to Pyramid School Products. The award of these items should be rescinded. The application of the Local Vendor Preference Policy resulted in a change in the primary and alternate awardees, as reflected in the recommend. Fund Source 0100 - General RECOMMENDED: That The School Board of Miami-Dade County, Florida: 1. RESCIND the award of Primary Groups I, II, V and VI, on

Contract No. 048-NN05 – ART AND SPECIALTY PAPER, effective September 3, 2013, as follows:

Page 1 of 9 E-145

Page 51: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

DABOTER, INC. D.B.A. SMITH OFFICE & COMPUTER SUPPLY 1009 SOUTH 21 AVENUE HOLLYWOOD, FL 33020 OWNER: DAVID M. LEVY, PRESIDENT

Group I: Items 1 and 2 - Paper, construction. Group V: Items 14, 15 and 16 - Paper, drawing.

PYRAMID SCHOOL PRODUCTS 6510 NORTH 54 STREET TAMPA, 33610-1908 OWNER: LARRY MILLER, PRESIDENT

Group II: Items 3 and 4 - Paper, construction. Group VI: Items 17 through 24 - Paper, railroad, board.

2. RE-AWARD the following items on Contract No. 048-NN05 – ART SPECIALTY PAPER, effective September 3, 2013, through June 18, 2014, including extensions thereto, as follows:

PRIMARY

AFP INDUSTRIES, INC.

7436 S.W. 48 STREET MIAMI, FL 33155 OWNER: VIVIAN C. CASTELLANOS, PRESIDENT M/WBE

Groups I, II, V, VI, VIII and IX Total Low Unit Price Meeting Specifications: Items 1 through 4, 14 through 24, 30, and 32 through 38.

Item 1 - Paper, construction, 12” x 18”, 25 pkgs/case: Paper, construction, 12” x 18”, black @ $46.23 per case.

Paper, construction, 12” x 18”, sky blue @ $41.23 per case. Paper, construction, 12” x 18”, blue @ $45.49 per case. Paper, construction, 12” x 18”, dark brown @ $50.48 per

case.

Page 2 of 9

Page 52: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Paper, construction, 12” x 18”, slate @ $44.99 per case. Paper, construction, 12” x 18”, turquoise @ $48.49 per case.

Paper, construction, 12” x 18”, brilliant lime @ $50.60 per case. Paper, construction, 12” x 18”, festive green @ $51.74 per case. Paper, construction, 12” x 18”, orange @ $51.48 per case.

Paper, construction, 12” x 18”, light red @ $44.24 per case. Paper, construction, 12” x 18”, festive red @ $49.24 per case. Paper, construction, 12” x 18”, violet @ $48.73 per case.

Paper, construction, 12” x 18”, white @ $41.24 per case. Paper, construction, 12” x 18”, light yellow @ $42.99 per case. Paper, construction, 12” x 18”, shocking pink @ $51.98 per case. Paper, construction, 12” x 18”, gold @ $46.48 per case.

Item 2 - Paper, construction, 18” x 24”, 15 pkgs/case:

Paper, construction, 18” x 24”, black @ $59.08 per case. Paper, construction, 18” x 24”, sky blue @ $53.83.35 per case. Paper, construction, 18” x 24”, blue @ $57.28 per case. Paper, construction, 18” x 24”, dark brown @ $64.04 per case. Paper, construction, 18” x 24”, gray @ $55.04 per case. Paper, construction, 18” x 24”, turquoise @ $61.33 per case. Paper, construction, 18” x 24”, brilliant lime @ $64.63 per case. Paper, construction, 18” x 24”, festive green @ $63.59 per case. Paper, construction, 18” x 24”, orange @ $65.08 per case. Paper, construction, 18” x 24”, pink @ $57.58 per case. Paper, construction, 18” x 24”, festive red @ $61.33 per case. Paper, construction, 18” x 24”, violet @ $61.48 per case. Paper, construction, 18” x 24”, white @ $53.84 per case. Paper, construction, 18” x 24”, light yellow @ $57.44 per case. Item 3 - Paper, construction, 18’ x 24”, assorted @ $61.79

per case/15 packs. Item 4 - Paper, construction, 18’ x 24”, assorted @ $48.99

per case/15 packs.

Page 3 of 9

Page 53: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Item 14 - Paper, white, drawing, 24” x 36” @ $45.28 per case/1 ream. Item 15 - Paper, white, drawing, 18” x 24” @ $22.21 per case/1 ream. Item 16 - Paper, white, drawing, 12” x 18” @ $33.32 per case/3 reams.

Item 17 - Paper, board, railroad, black, 22” x 28” @ $20.86 per package/100 sheets. Item 18 - Paper, board, railroad, azure blue, 22” x 28” @ $20.86 per package/100 sheets. Item 19 - Paper, board, railroad, buff, 22” x 28” @ $20.86 per package/100 sheets. Item 20 - Paper, board, railroad, kelly green, 22” x 28” @ $20.86 per package/100 sheets. Item 21 - Paper, board, railroad, red, 22” x 28” @ $20.86 per package/100 sheets. Item 22 - Paper, board, railroad, white, 22” x 28” @ $18.68

per package/100 sheets. Item 23 - Paper, board, railroad, coral, 22” x 28” @ $20.86 per package/100 sheets.

Item 24 - Paper, board, railroad, canary, 22” x 28” @ $20.86 per package/100 sheets.

Item 30 - Paper, newsprint, white, 12” x 18” @ $18.22 per case/5 reams. Item 32 - Paper, manuscript, first-grade, Groveton, ruled, 8” x 10½” @ $20.41 per case/10 reams. Item 33 - Paper, manuscript, second-grade, Groveton, ruled, 8” x 10½” @ $20.41 per case/10 reams. Item 34 - Paper, manuscript, kindergarten, Zaner-Bloser, ruled 1¾” both sides, 8” x 10½” @ $20.41 per case/10 reams. Item 35 - Paper, manuscript, first-grade, Zaner-Bloser, ruled ⅞” both sides, 8” x 10½” @ $20.41 per case/10 reams. Item 36 - Paper, manuscript, second-grade, Zaner-Bloser, ruled ¾” both sides, 8” x 10½” @ $20.41 per case/10 reams. Item 37 - Paper, manuscript, third-grade, Zaner-Bloser, ruled ½” both sides, 8” x 10½” @ $20.41 per case/10 reams. Item 38 - Paper, picture-story, 8” x 10½” @ $21.47 per case/10 reams. Page 4 of 9

Page 54: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

3. PYRAMID SCHOOL PRODUCTS 6510 NORTH 54 STREET TAMPA, 33610-1908 OWNER: LARRY MILLER, PRESIDENT

Groups III, IV, VII, VIII and X Total Low Unit Price Meeting Specifications: Items 5 through 13, 25 through 29, 31, and 39 through 41. Item 5 - Paper, art, bright green @ $43.39 per roll/50 lbs. Item 6 - Paper, art, white @ $32.55 per roll/50 lbs. Item 7 - Paper, art, aqua @ $40.05 per roll/50 lbs. Item 8 - Paper, art, black @ $33.59 per roll/50 lbs. Item 9 - Paper, art, canary @ $38.45 per roll/50 lbs. Item 10 - Paper, art, flame @ $42.95 per roll/50 lbs. Item 11 - Paper, art, orange @ $40.39 per roll/50 lbs. Item 12 - Paper, drawing, manila, 18” x 24” @ $13.73 per case/1 ream. Item 13 - Paper, drawing, manila, 18” x 24” @ $26.16 per case/1 ream.

Item 25 - Paper, tag board, white, 12” x 18”, 150 lbs. @ $24.84 per case/6 packages.

Item 26 - Paper, tag board, white, 18” x 24”, 150 lbs. @ $8.33

per case/1 package. Item 27 - Paper, tissue, 20” x 30” @ $33.30 per case/6 packages. Item 28 - Paper, watercolor, 19’ x 24” @ $16.95 per package/25 sheets. Item 29 - Paper, brown kraft wrapping, 36” x 1000” @ $24.19 per roll. Item 31 - Paper, matboard, 30” x 40” @ $99 per package/25 sheets.

Item 39 - Paper, penmanship, lined 5/16”, 8” x 10½”, @ $25.90 per case/10 reams. Item 40 - Paper, penmanship, lined 3/8”, 8” x 10½”, @ $20.70 per case/10 reams. Item 41 - Paper, penmanship, lined ½”, 8” x 10½”, @ $25 per case/10 reams. Page 5 of 9

Page 55: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

ALTERNATE 4. AFP INDUSTRIES, INC. 7436 S.W. 48 STREET

MIAMI, FL 33155 OWNER: VIVIAN C. CASTELLANOS, PRESIDENT M/WBE Groups III, IV, VII, VIII and X Second Total Low Unit Price Meeting Specifications: Items 5 through 13, 25 through 27, 29, and 39 through 41. Item 5 - Paper, art, bright green @ $44.97 per roll/50 lbs. Item 6 - Paper, art, white @ $33.94 per roll/50 lbs. Item 7 - Paper, art, aqua @ $41.44 per roll/50 lbs. Item 8 - Paper, art, black @ $34.84 per roll/50 lbs. Item 9 - Paper, art, canary @ $39.90 per roll/50 lbs. Item 10 - Paper, art, flame @ $48.84 per roll/50 lbs. Item 11 - Paper, art, orange @ $44.99 per roll/50 lbs. Item 12 - Paper, drawing, manila, 18” x 24” @ $19.79 per case/1 ream. Item 13 - Paper, drawing, manila, 18” x 24” @ $29.23 per case/1 ream. Item 25 - Paper, tag board, white, 12” x 18”, 150 lbs. @ $25.02 per case/6 packages.

Item 26 - Paper, tag board, white, 18” x 24”, 150 lbs. @ $8.57 per case/1 package.

Item 27 - Paper, tissue, 20” x 30” @ $35.20 per case/6 packages. Item 29 - Paper, brown kraft wrapping, 36” x 1000” @ $25.63 per roll. Item 39 - Paper, penmanship, lined 5/16”, 8” x 10½”, @ $26.24 per case/10 reams. Item 40 - Paper, penmanship, lined 3/8”, 8” x 10½”, @ $26.24 per case/10 reams. Item 41 - Paper, penmanship, lined ½”, 8” x 10½”, @ $28.57 per case/10 reams.

Page 6 of 9

Page 56: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

5. PYRAMID SCHOOL PRODUCTS 6510 NORTH 54 STREET TAMPA, 33610-1908 OWNER: LARRY MILLER, PRESIDENT Groups I, II, V, VI, VIII and IX Second Total Low Unit Price Meeting Specifications: Items 1 through 4, 14 through 24, 30, and 32 through 38.

Item 1 - Paper, construction, 12” x 18”, 25 pkgs/case: Paper, construction, 12” x 18”, black @ $46.25 per case.

Paper, construction, 12” x 18”, sky blue @ $41.25 per case. Paper, construction, 12” x 18”, blue @ $45.50 per case. Paper, construction, 12” x 18”, dark brown @ $50.50 per

case. Paper, construction, 12” x 18”, slate @ $45 per case. Paper, construction, 12” x 18”, turquoise @ $48.50 per case. Paper, construction, 12” x 18”, brilliant lime @ $50.62 per

case. Paper, construction, 12” x 18”, festive green @ $51.75 per case. Paper, construction, 12” x 18”, orange @ $51.50 per case.

Paper, construction, 12” x 18”, light red @ $44.25 per case. Paper, construction, 12” x 18”, festive red @ $49.25 per case. Paper, construction, 12” x 18”, violet @ $48.75 per case.

Paper, construction, 12” x 18”, white @ $41.25 per case. Paper, construction, 12” x 18”, light yellow @ $43 per case. Paper, construction, 12” x 18”, shocking pink @ $52 per case. Paper, construction, 12” x 18”, gold @ $46.50 per case.

Item 2 - Paper, construction, 18” x 24”, 15 pkgs/case:

Paper, construction, 18” x 24”, black @ $59.10 per case. Paper, construction, 18” x 24”, sky blue @ $53.85 per case. Paper, construction, 18” x 24”, blue @ $57.30 per case. Paper, construction, 18” x 24”, dark brown @ $64.05 per case. Paper, construction, 18” x 24”, gray @ $55.05 per case. Page 7 of 9

Page 57: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Paper, construction, 18” x 24”, turquoise @ $61.35 per case. Paper, construction, 18” x 24”, brilliant lime @ $64.65 per case. Paper, construction, 18” x 24”, festive green @ $63.60 per case. Paper, construction, 18” x 24”, orange @ $65.10 per case. Paper, construction, 18” x 24”, pink @ $57.60 per case. Paper, construction, 18” x 24”, festive red @ $61.35 per case. Paper, construction, 18” x 24”, violet @ $61.50 per case. Paper, construction, 18” x 24”, white @ $53.85 per case. Paper, construction, 18” x 24”, light yellow @ $57.45 per case. Item 3 - Paper, construction, 18’ x 24”, assorted @ $61.80

per case/15 packs. Item 4 - Paper, construction, 18’ x 24”, assorted @ $49 per

case/15 packs. Item 14 - Paper, white, drawing, 24” x 36” @ $46.69 per case/1 ream. Item 15 - Paper, white, drawing, 18” x 24” @ $23.25 per case/1 ream. Item 16 - Paper, white, drawing, 12” x 18” @ $34.65 per case/3 reams.

Item 17 - Paper, board, railroad, black, 22” x 28” @ $20.89 per package/100 sheets. Item 18 - Paper, board, railroad, azure blue, 22” x 28” @ $20.89 per package/100 sheets. Item 19 - Paper, board, railroad, buff, 22” x 28” @ $20.89 per package/100 sheets. Item 20 - Paper, board, railroad, kelly green, 22” x 28” @ $20.89 per package/100 sheets. Item 21 - Paper, board, railroad, red, 22” x 28” @ $20.89 per package/100 sheets. Item 22 - Paper, board, railroad, white, 22” x 28” @ $18.70

per package/100 sheets. Item 23 - Paper, board, railroad, coral, 22” x 28” @ $20.89 per package/100 sheets.

Item 24 - Paper, board, railroad, canary, 22” x 28” @ $20.89 per package/100 sheets.

Item 30 - Paper, newsprint, white, 12” x 18” @ $18.60 per case/5 reams. Page 8 of 9

Page 58: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals

Item 32 - Paper, manuscript, first-grade, Groveton, ruled, 8” x 10½” @ $24.30 per case/10 reams. Item 33 - Paper, manuscript, second-grade, Groveton, ruled, 8” x 10½” @ $26.10 per case/10 reams. Item 34 - Paper, manuscript, kindergarten, Zaner-Bloser, ruled 1¾” both sides, 8” x 10½” @ $19.90 per case/10 reams. Item 35 - Paper, manuscript, first-grade, Zaner-Bloser, ruled ⅞” both sides, 8” x 10½” @ $19.90 per case/10 reams. Item 36 - Paper, manuscript, second-grade, Zaner-Bloser, ruled ¾” both sides, 8” x 10½” @ $19.90 per case/10 reams. Item 37 - Paper, manuscript, third-grade, Zaner-Bloser, ruled ½” both sides, 8” x 10½” @ $19.90 per case/10 reams. Item 38 - Paper, picture-story, 8” x 10½” @ $20.70 per case/10 reams.

6. Authorize Procurement Management Services to purchase up to the total estimated amount of $400,000, for the initial contract term, and an amount not to exceed $400,000, for each additional one (1) year extension period. Board authorization of this recommendation does not mean the amount shown will be expended.

RHH/mh Page 9 of 9

Page 59: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 60: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 61: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 62: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 63: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals
Page 64: COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2013_09_03.pdf · pace center for girls, inc., pursuant to request for proposals