MEETING AGENDA

April 14, 1999

Upcoming Meeting Agenda

The School Board publishes complete and summary versions of its meeting agendas. The summary agenda for the next Board meeting is provided below. Citizens may also receive the summary version by mail by calling the Department of Information Services at 995-1126.

The complete agenda may be reviewed by visiting the Citizen Information Center in room 158 of the School Board Administration Building, 1450 N.E. 2nd Avenue, weekdays between 8: 00 am and 4: 30pm. Telephone 995-1128.
The agenda for regular meetings is published on the Wednesday prior to the Board meeting. The summary agenda will normally be posted here on the Thursday preceding the meeting. Revisions will generally be posted on Friday, and Tuesday PM prior to the meeting

Note
In addition to viewing this summary agenda, you may now view the full content of each Agenda Item by clicking on the Agenda Item Number. You will need an Adobe Acrobat Reader, which may be downloaded free of charge from Adobe.

AGENDA SECTION

| A | B | C | D | E | F | G | H | I | J | K | L | M |


THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA
Miami, Florida
OFFICIAL AGENDA


APRIL 14, 1999____________ CONFERENCE SESSION _______________10:00 A.M.
REGULAR BOARD MEETING 1:00 P.M.
PUBLIC HEARING

PERSONS WISHING TO SPEAK TO AN AGENDA ITEM listed for this meeting and/or the PUBLIC HEARING, to be conducted immediately following the conclusion of the regular agenda, should submit a written request to the Superintendent of Schools, 1450 N.E. Second Avenue, Room 158, Miami, Florida 33132, NO LATER THAN 4:30 P.M., MONDAY, APRIL 12, 1999.

The School Board of Miami-Dade County, Florida, seeks public input and participation. However, the public purpose is not served when citizens become disorderly or disrupt the meeting. Accordingly, the Chair may order the removal from any School Board meeting of any person interfering with the expeditious or orderly process of the meeting provided the Chair has first issued a warning that continued interference with the orderly processes of the meeting will result in removal. §230.173, Fla.Stat.

The published agenda is also available for review at the following locations: Region Offices; William H. Turner Technical Arts Senior High School, Miami Coral Park Adult Education Center, Miami High Adult Education Center, Miami Carol City Adult Education Center and South Dade Adult Annex, and the Internet [https://dcps.dade.k12.fl.us].

10:00 A.M.

CONFERENCE SESSION
Student Progress and Effective Teachers and Schools

1:00 P.M.
CALL TO ORDER
PLEDGE OF ALLEGIANCE
MOMENT OF SILENT MEDITATION
SPECIAL ORDERS OF BUSINESS

Recognitions: • 1999 GRAMMY All-American High School Jazz Choir MemberNational Children’s Film Festival Winner & Finalist

AGENDA ITEMS ADDED AFTER PUBLICATION OF THE AGENDA

CONSENT AGENDA

APPROVAL OF BID OPENING LISTS: February 18, 23; March 2, 11, 16 and 18, 1999

APPROVAL OF BOARD MINUTES: March 17, 1999

AGENDA ITEMS RESERVED FOR CONSIDERATION

PUBLIC HEARING


B. OFFICE OF SCHOOL BOARD MEMBERS NEW BUSINESS AND ACTION ITEMS


B-1 NEW BUSINESS: BOARD MEMBERS
Individual Board members may present any new business for information and/or discussion.

B-2 EMPLOYMENT CONTRACT FOR MR. JOHNNY BROWN AS SCHOOL BOARD ATTORNEY
ACTION PROPOSED BY DR. STINSON:

That The School Board of Miami-Dade County, Florida, enter into the contract provided under separate cover for the employment of Mr. Johnny Brown as School Board Attorney, commencing July 1, 1999.

B-3 REQUEST FOR APPROVAL OF RESOLUTION NO. 99-18 OF THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA, ENDORSING PAN AMERICAN DAY, APRIL 14, 1999, AND PAN AMERICAN WEEK ACTION PROPOSED BY MR. PÉREZ, JR.:

That The School Board of Miami-Dade County, Florida, approve Resolution No. 99-18 of The School Board of Miami-Dade County, Florida, endorsing Pan American Day, April 14, 1999, and Pan American Week.

B-4 REQUEST FOR APPROVAL OF RESOLUTION NO. 99-13 OF THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA, PROCLAIMING THE WEEK OF APRIL 19, 1999, AS ETHICS WEEK IN MIAMI-DADE COUNTY PUBLIC SCHOOLS

B-5 REVIEW CHESS PROGRAMS CURRENTLY IN USE BY STUDENTS IN MIAMI-DADE PUBLIC SCHOOLS AND RESEARCH THE POSSIBILITY OF EXPANDING THESE PROGRAMS

B-6 RESEARCH THE FEASIBILITY OF COMBINING THE DISTRICT’S NUMEROUS AWARD CEREMONIES INTO A SINGLE EVENT AND/OR HOLDING AWARD CEREMONIES AND OTHER EVENTS DURING NON-SCHOOL HOURS IN AN ATTEMPT TO REDUCE THE DISRUPTION TO STUDENTS AND STAFF ACTION PROPOSED BY DR. PÉREZ:

That The School Board of Miami-Dade County, Florida, direct the Superintendent of Schools to research and report back to the Board on the feasibility of combining the district’s numerous award ceremonies into a single event and/or holding award ceremonies, workshops, retirement parties and other events during non-school hours, when practical. Resulting policy or procedural changes would be effective at the start of the 1999-2000 school year.

B-7 REVIEW AND REPORT ON THE FEASIBILITY OF USING OUTSIDE MANAGEMENT TO IMPROVE THE LEVEL OF CUSTODIAL SERVICE WHILE REDUCING TOTAL CUSTODIAL COST TO THE DISTRICT

B-8 PROVIDE INFORMATION TO PARENTS RELATING TO PRIVATELY-ARRANGED TRANSPORTATION OF STUDENTS ACTION PROPOSED BY MR. PÉREZ, JR.:

That The School Board of Miami-Dade County, Florida, direct the Superintendent to inform parents of their responsibility when contracting private transportation not under contract to the district.

B-9 AUTHORIZATION FOR MIAMI-DADE COUNTY PUBLIC SCHOOLS TO DEVELOP AND IMPLEMENT GALLERY MIAMI IN COOPERATION WITH MIAMI-DADE COUNTY ART IN PUBLIC PLACES FOR THE SUMMER 1999 SESSION AND INVESTIGATE THE FEASIBILITY OF EXTENDING THE PROGRAM TO THE REGULAR SCHOOL YEAR ACTION PROPOSED BY MS. HANTMAN:

That The School Board of Miami-Dade County, Florida, direct the Superintendent to:

1. develop and implement Gallery Miami in cooperation with Miami-Dade County Art in Public Places beginning with the Summer 1999 session; and
2. investigate the feasibility of extending the program to the regular school year.
That portion of implementation costs of Gallery Miami which correspond to Miami-Dade County Public Schools will be drawn from M-DCPS summer FTE.


B-10 REQUEST THAT THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA, APPROVE "TAKE OUR DAUGHTERS/CHILDREN TO WORK DAY," THURSDAY, APRIL 22 ACTION PROPOSED BY MS. HANTMAN:

That The School Board of Miami-Dade County, Florida, approve "Take Our Daughters/Children to Work Day," Thursday, April 22, 1999.

B-11 STUDY THE FEASIBILITY OF EXPANDING THE AVIATION PROGRAM TO THE OPA-LOCKA AIRPORT

B-12 SECONDARY SCHOOL BLOCK SCHEDULING ACTION PROPOSED BY DR. KROP:

That The School Board of Miami-Dade County, Florida, request the Superintendent to prepare a report on the feasibility of urging all secondary schools to adopt some form of flexible or block scheduling, and establish a time line for such action.

B-13 RECEIVE "CONTROL OF SCHOOL PERIMETER: STATUS REPORT AND EXPLORE THE POSSIBILITY OF CLOSING SENIOR HIGH SCHOOL CAMPUSES DURING LUNCH HOURS

B-14 REQUEST AUTHORIZATION TO INVESTIGATE THE NEED TO EXPAND AIR-CONDITIONED TRANSPORTATION TO MEDICALLY-ELIGIBLE EXCEPTIONAL EDUCATION STUDENTS

B-15 USE OF SCHOOL FACILITIES FOR COMMERCIAL FILM PRODUCTIONS


C. DEPUTY SUPERINTENDENT: EDUCATION


C-1 REQUEST FOR AUTHORIZATION TO IMPLEMENT EDUCATIONAL PROGRAMS FOR THE 1999 SUMMER SCHOOL SESSION FOR ELEMENTARY SCHOOLS, MIDDLE SCHOOLS, AND SENIOR HIGH SCHOOLS

C-2 REQUEST AUTHORIZATION FOR THE DISTRICT TO PARTICIPATE IN A VALIDATION STUDY OF READ 180 AT TWO MIDDLE SCHOOLS IN COOPERATION WITH THE COUNCIL OF GREAT CITY SCHOOLS, VANDERBILT UNIVERSITY, AND SCHOLASTIC, INC.

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize the Superintendent to participate in a two year validation study of Read 180 at two middle schools in cooperation with the Council of Great City Schools, Vanderbilt University, and Scholastic, Inc. The appropriation for this item is included in the 1998-99 Adopted Budget.

C-3 REQUEST FOR AUTHORIZATION TO ENTER INTO A CONTRACTUAL AGREEMENT WITH COOL SCHOOL OF DADE, INC., FOR THE EARLY HEAD START PROGRAM AT LAURA C. SAUNDERS ELEMENTARY SCHOOL, APRIL 16, 1999 THROUGH JUNE 30, 1999, IN AN AMOUNT NOT TO EXCEED $16,160

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize the Superintendent to enter into a contractual agreement with Cool School of Dade, Inc., in the amount of $16,160 for the Early Head Start Program at Laura C. Saunders Elementary School, April 16, 1999 through June 30,1999. The appropriation for this item is included in the Contracted Programs Fund of the 1998-1999 Adopted Budget.

C-4 REQUEST APPROVAL OF RESOLUTION NO. 99-14 PROCLAIMING APRIL 18-24,1999 AS THE WEEK OF THE YOUNG CHILD

RECOMMENDED
: That The School Board of Miami-Dade County, Florida, approve Resolution No. 99-14 of The School Board of Miami-Dade County, Florida, declaring April 18-24,1999 as the Week of the Young Child.

C-5 REQUEST FOR AUTHORIZATION FOR THE SPORTS PROGRAM FOR STUDENTS WITH DISABILITIES TO CO-SPONSOR THE FIRST ANNUAL MIAMI-DADE GOAL BALL INVITATIONAL FOR THE BLIND, APRIL 23-24,1999

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize the Miami-Dade County Public Schools Sports Program for Students with Disabilities to co-sponsor the First Annual Miami-Dade Goal Ball Invitational for the Blind, April 23-24,1999. There is no cost incurred by the District for this activity.

C-6 REQUEST FOR APPROVAL OF RESOLUTION NO. 99-17 OF THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA, PROCLAIMING THE MONTH OF APRIL 1999 AS SCHOOL LIBRARY MEDIA MONTH IN ALL MIAMI-DADE COUNTY PUBLIC SCHOOLS

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, approve Resolution No. 99-17 of The School Board of Miami-Dade County, Florida, proclaiming the month of April 1999 as School Library Media Month in all Miami-Dade County Public Schools.

C-7 SUBMISSION OF CHARTER SCHOOL APPLICATIONS WITH RECOMMENDATIONS FOR APPROVAL AND AUTHORIZATION TO NEGOTIATE CONTRACTUAL AGREEMENTS FOR THE 1999-2000 SCHOOL YEAR

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

1. approve the ASPIRA Youth Leadership Charter School application and authorize the negotiation of a three-year contractual agreement for the 1999-2000 through the 2001-2002 school years;

2. approve the Techworld Public Charter School application and authorize the negotiation of a five-year contractual agreement for the 1999-2000 through the 2003-2004 school years; and

3. authorize the Superintendent to negotiate with the approved applicants contracts which reflect the content of the applications, as approved by the School Board, and in compliance with Florida Statutes and State Board of Education Rule, such contractual agreements to be submitted for School Board consideration at a subsequent meeting at which time there will be a public hearing to provide for community input.


C-11 REQUEST AUTHORIZATION FOR THE SUPERINTENDENT TO ENTER INTO A CONTRACTUAL AGREEMENT WITH THE BOYS AND GIRLS CLUBS OF MIAMI, INC., IN AN AMOUNT NOT TO EXCEED $12,150, TO CONDUCT A SUMMER CAMP FOR CHILDREN OF THE HOMELESS ASSISTANCE CENTER, JUNE 21, 1999 THROUGH AUGUST 13, 1999

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

1. authorize the Superintendent to enter into a contractual agreement with the Boys and Girls Clubs of Miami, inc., in an amount not to exceed $12,150, to conduct a summer camp for children of the Homeless Assistance Center, June 21, 1999 through August 13, 1999; and
2. grant an exception to School Board Rule 6Gx13-3F-1.021.

The appropriation for this item is included in the General Fund of the 1998-99 Adopted Budget.

C-12 REQUEST AUTHORIZATION TO ENTER INTO A CONTRACTUAL AGREEMENT WITH THE RADISSON MART PLAZA HOTEL TO PROVIDE SERVICES RELATED TO THE DISTRICT SCHOOL VOLUNTEER RECOGNITION CEREMONY ON MAY 24, 1999, AT A COST NOT TO EXCEED $18 PER PERSON
RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize the Superintendent to enter into a contractual agreement with the Radisson Mart Plaza Hotel to provide services related to the district School Volunteer Recognition Ceremony on May 24, 1999, at a cost not to exceed $18 per person. The appropriation for this item is included in the Trust and Agency Fund of the 1998-99 Adopted Budget. There will be no cost to the district.

C-13 REQUEST FOR AUTHORIZATION TO ENTER INTO A COOPERATIVE AGREEMENT WITH WALDEN COMMUNITY SCHOOL, INC., TO HAVE ACCESS TO FOUR RESIDENTIAL PLACEMENTS FOR EXCEPTIONAL STUDENTS REFERRED BY MIAMI-DADE COUNTY PUBLIC SCHOOLS, FROM JULY 1, 1999 THROUGH JUNE 30, 2000

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize the Superintendent to:.

1. enter into a cooperative agreement with Walden Community School, Inc., to have access to four residential placements for exceptional students referred by Miami-Dade County Public Schools, from July 1, 1999 through June 30, 2000; and
2. renew the cooperative agreement for up to two additional one-year periods.

There is no exchange of funds for this agreement.

C-14 REQUEST FOR AUTHORIZATION TO ISSUE A REQUEST FOR PROPOSALS FOR MENTAL HEALTH PROFESSIONALS/AGENCIES TO PROVIDE COUNSELING AND PSYCHIATRIC CONSULTATION SERVICES AT ROBERT RENICK EDUCATIONAL CENTER AND RUTH OWENS KRUSE EDUCATIONAL CENTER FOR EMOTIONALLY HANDICAPPED AND SEVERELY EMOTIONALLY DISTURBED STUDENTS, IN AN AMOUNT NOT TO EXCEED $270,000, FROM JULY 1, 1999 THROUGH JUNE 30, 2000

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

1. authorize the Superintendent to issue a Request for Proposals to provide counseling and psychiatric consultation services at Robert Renick Educational Center and Ruth Owens Kruse Educational Center, for emotionally handicapped and severely emotionally disturbed students, in an amount not to exceed $270,000, from July 1, 1999 through June 30, 2000; and
2. approve the selection committee to evaluate proposals submitted.

The appropriation for this item will be included in the 1999-2000 Tentative Budget to be recommended for adoption in July 1999.

C-15 REQUEST FOR AUTHORIZATION TO ISSUE A REQUEST FOR PROPOSALS FOR MENTAL HEALTH PROFESSIONALS/AGENCIES TO PROVIDE COUNSELING SERVICES IN 20 PROGRAMS FOR EMOTIONALLY HANDICAPPED STUDENTS, IN AN AMOUNT NOT TO EXCEED $616,500, FROM JULY 1, 1999 THROUGH JUNE 30, 2000

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

1. authorize the Superintendent to issue a Request for Proposals for mental health professionals/agencies to provide counseling services in 20 programs for emotionally handicapped students, in 18 school sites, in an amount not to exceed $616,500, from July 1, 1999 through June 30, 2000; and
2. approve the selection committee to evaluate proposals submitted.

The appropriation for this item will be included in the 1999-2000 Tentative Budget to be recommended for adoption in July 1999.

C-30 EXPULSION OF STUDENT GRADE: 07
CASE NO.: SM-56 (98/99) DOB: 10/06/83

RECOMMENDED
: That The School Board of Miami-Dade County, Florida:
1. expel the student specified in the supplemental material SM-56 (98/99), furnished under separate cover to Board members, from the regular and adult programs of Miami-Dade County Public Schools for the maximum time permitted under law, which is the 1998/99 school year, the 1999 summer session, and the 1999/2000 school year;
2. provide educational services in the opportunity school or alternative program during the term of the expulsion; and
3. following the term of the expulsion, permit the student to be returned to a regular school program in Miami-Dade County Public Schools if approved by the Office of Alternative Education and Dropout Prevention.

C-31 EXPULSION OF STUDENT GRADE: 09
CASE NO.: SM-74 (98/99) DOB: 09/27/82

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, expel the student specified in the supplemental material SM-74 (98/99), furnished under separate cover to Board members, from the regular and adult programs of Miami-Dade County Public Schools and assign the student to an alternative education program for his/her tenure in Miami-Dade County Public Schools.

C-32 EXPULSION OF STUDENT GRADE: 08
CASE NO.: SM-81 (98/99) DOB: 09/23/83

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

1. expel the student specified in the supplemental material SM-81 (98/99), furnished under separate cover to Board members, from the regular and adult programs of Miami-Dade County Public Schools for the maximum time permitted under law, which is the 1998/99 school year, the 1999 summer session, and the 1999/2000 school year;
2. provide educational services in the opportunity school or alternative program during the term of the expulsion; and
3. following the term of the expulsion, permit the student to be returned to a regular school program in Miami-Dade County Public Schools if approved by the Office of Alternative Education and Dropout Prevention.

C-33 EXPULSION OF STUDENT GRADE: 09
CASE NO.: SM-92 (98/99) DOB: 04/09/83

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

1. expel the student specified in the supplemental material SM-92 (98/99), furnished under separate cover to Board members, from the regular and adult programs of Miami-Dade County Public Schools for the maximum time permitted under law, which is the 1998/99 school year, the 1999 summer session, and the 1999/2000 school year;
2. provide educational services in the opportunity school or alternative program during the term of the expulsion; and
3. following the term of the expulsion, permit the student to be returned to a regular school program in Miami-Dade County Public Schools if approved by the Office of Alternative Education and Dropout Prevention.

C-34 EXPULSION OF STUDENT GRADE: 08
CASE NO.: SM-95 (98/99) DOB: 03/10/84

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

1. expel the student specified in the supplemental material SM-95 (98/99), furnished under separate cover to Board members, from the regular and adult programs of Miami-Dade County Public Schools for the maximum time permitted under law, which is the 1998/99 school year, the 1999 summer session, and the 1999/2000 school year;
2. provide educational services in the opportunity school or alternative program during the term of the expulsion; and
3. following the term of the expulsion, permit the student to be returned to a regular school program in Miami-Dade County Public Schools if approved by the Office of Alternative Education and Dropout Prevention.

C-35 EXPULSION OF STUDENT GRADE: 09
CASE NO.: SM-97 (98/99) DOB: 06/21/83

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

1. expel the student specified in the supplemental material SM-97 (98/99), furnished under separate cover to Board members, from the regular and adult programs of Miami-Dade County Public Schools for the maximum time permitted under law, which is the 1998/99 school year, the 1999 summer session, and the 1999/2000 school year;
2. provide educational services in the opportunity school or alternative program during the term of the expulsion; and
3. following the term of the expulsion, permit the student to be returned to a regular school program in Miami-Dade County Public Schools if approved by the Office of Alternative Education and Dropout Prevention.

C-36 EXPULSION OF STUDENT GRADE: 09
CASE NO.: SM-100 (98/99) DOB: 01/05/84

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

1. expel the student specified in the supplemental material SM-100 (98/99), furnished under separate cover to Board members, from the regular and adult programs of Miami-Dade County Public Schools for the maximum time permitted under law, which is the 1998/99 school year, the 1999 summer session, and the 1999/2000 school year;
2. provide educational services in the opportunity school or alternative program during the term of the expulsion; and
3. following the term of the expulsion, permit the student to be returned to a regular school program in Miami-Dade County Public Schools if approved by the Office of Alternative Education and Dropout Prevention.

C-37 EXPULSION OF STUDENT GRADE: 07
CASE NO.: SM-102 (98/99) DOB: 11/29/85

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

1. expel the student specified in the supplemental material SM-102 (98/99), furnished under separate cover to Board members, from the regular and adult programs of Miami-Dade County Public Schools for the maximum time permitted under law, which is the 1998/99 school year, the 1999 summer session, and the 1999/2000 school year;
2. provide educational services in the opportunity school or alternative program during the term of the expulsion; and
3. following the term of the expulsion, permit the student to be returned to a regular school program in Miami-Dade County Public Schools if approved by the Office of Alternative Education and Dropout Prevention.

C-38 EXPULSION OF STUDENT GRADE: 08
CASE NO.: SM-103 (98/99) DOB: 12/28/83

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

1. expel the student specified in the supplemental material SM-103 (98/99), furnished under separate cover to Board members, from the regular and adult programs of Miami-Dade County Public Schools for the maximum time permitted under law, which is the 1998/99 school year, the 1999 summer session, and the 1999/2000 school year;
2. provide educational services in the opportunity school or alternative program during the term of the expulsion; and
3. following the term of the expulsion, permit the student to be returned to a regular school program in Miami-Dade County Public Schools if approved by the Office of Alternative Education and Dropout Prevention.

C-39 EXPULSION OF STUDENT GRADE: 09
CASE NO.: SM-104 (98/99) DOB: 09/12/83

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

1. expel the student specified in the supplemental material SM-104 (98/99), furnished under separate cover to Board members, from the regular and adult programs of Miami-Dade County Public Schools for the maximum time permitted under law, which is the 1998/99 school year, the 1999 summer session, and the 1999/2000 school year;
2. provide educational services in the opportunity school or alternative program during the term of the expulsion; and
3. following the term of the expulsion, permit the student to be returned to a regular school program in Miami-Dade County Public Schools if approved by the Office of Alternative Education and Dropout Prevention.

C-40 EXPULSION OF STUDENT GRADE: 12
CASE NO.: SM-105 (98/99) DOB: 10/09/80

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, expel the student specified in the supplemental material SM-105 (98/99), furnished under separate cover to Board members, from the regular and adult programs of Miami-Dade County Public Schools and assign the student to an alternative education program for his/her tenure in Miami-Dade County Public Schools.

C-41 EXPULSION OF STUDENT GRADE: 08
CASE NO.: SM-109 (98/99) DOB: 05/02/85

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

1. expel the student specified in the supplemental material SM-109 (98/99), furnished under separate cover to Board members, from the regular and adult programs of Miami-Dade County Public Schools for the maximum time
permitted under law, which is the 1998/99 school year, the 1999 summer session, and the 1999/2000 school year;2. provide educational services in the opportunity school or alternative program during the term of the expulsion; and
3. following the term of the expulsion, permit the student to be returned to a regular school program in Miami-Dade County Public Schools if approved by the Office of Alternative Education and Dropout Prevention.

C-42 EXPULSION OF STUDENT GRADE: 09
CASE NO.: SM-115 (98/99) DOB: 04/08/83

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

1. expel the student specified in the supplemental material SM-115 (98/99), furnished under separate cover to Board members, from the regular and adult programs of Miami-Dade County Public Schools for the maximum time permitted under law, which is the 1998/99 school year, the 1999 summer session, and the 1999/2000 school year;
2. provide educational services in the opportunity school or alternative program during the term of the expulsion; and
3. following the term of the expulsion, permit the student to be returned to a regular school program in Miami-Dade County Public Schools if approved by the Office of Alternative Education and Dropout Prevention.

C-43 EXPULSION OF STUDENT GRADE: 08
CASE NO.: SM-132 (98/99) DOB: 01/31/85

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

1. expel the student specified in the supplemental material SM-132 (98/99), furnished under separate cover to Board members, from the regular and adult programs of Miami-Dade County Public Schools for the maximum time permitted under law, which is the 1998/99 school year, the 1999 summer session, and the 1999/2000 school year;
2. provide educational services in the opportunity school or alternative program during the term of the expulsion; and
3. following the term of the expulsion, permit the student to be returned to a regular school program in Miami-Dade County Public Schools if approved by the Office of Alternative Education and Dropout Prevention.

C-44 EXPULSION OF STUDENT GRADE: ADULT
OATACE CASE NO.: 042AD (98/99) DOB: 070279

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, expel the student specified in supplemental material A042AD (98/99), furnished under separate cover to Board members, from the adult programs of Miami-Dade County Public Schools.

C-45 EXPULSION OF STUDENT GRADE: ADULT
OATACE CASE NO.: 043AD (98/99) DOB: 06/12/80

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, expel the student specified in supplemental material A043AD (98/99), furnished under separate cover to Board members, from the adult programs of Miami-Dade County Public Schools.


D.DEPUTY SUPERINTENDENT: SCHOOL OPERATIONS


D-1 REQUEST AUTHORIZATION FOR STUDENTS TO TRAVEL OUT-OF-COUNTRY

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, approve the out-of-country field trip to Reims, France, for students at Sunset Elementary School, April 18, 1999 through April 30, 1999.

D-2 REQUEST AUTHORIZATION FOR STUDENTS TO TRAVEL OUT-OF-STATE

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, approve the out-of-state field trip to Atlanta, Georgia, for students at Jack D. Gordon Elementary School, May 9, 1999 through May 11, 1999.


E. DEPUTY SUPERINTENDENT: PERSONNEL MANAGEMENT AND SERVICES


E-1 PERSONNEL ACTION LISTING OF INSTRUCTIONAL AND NONINSTRUC-TIONAL APPOINTMENTS, REASSIGNMENTS, LEAVES AND SEPARATIONS:
FEBRUARY 10 - MARCH 9, 1999

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, approve the instructional and noninstructional appointments, reassignments, leaves, and separations as included in Personnel Action Listing 878.

E-2 APPOINTMENTS, ADMINISTRATIVE AND LATERAL ASSIGNMENTS OF ADMINISTRATIVE PERSONNEL FOR 1998-99

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, approve the recommendations as set forth for appointments and lateral transfers, to be effective April 15, 1999, or as soon thereafter as can be facilitated.

E-3 SUPERINTENDENT'S RESTRUCTURING OF FACILITIES OPERATIONS

E-4 APPOINT AND ASSIGN:
MANAGER III,
BUSINESS DEVELOPMENT

E-5 APPOINT AND ASSIGN:
MANAGER,
ACCOUNTS PAYABLE

E-6 APPOINT AND ASSIGN:
COORDINATOR,
NUTRITION EDUCATION

E-7 APPOINT AND ASSIGN:
PROGRAMMER I,
SYSTEMS AND PROGRAMS

E-8 APPOINT AND ASSIGN:
COORDINATOR II,
OPERATING BUDGET

E-9 REQUEST FOR AUTHORIZATION TO IMPLEMENT A TEACHER POST TO POST EXCHANGE PROGRAM UNDER THE MEMORANDUM OF UNDERSTANDING BETWEEN THE MINISTRY OF EDUCATION AND CULTURE OF SPAIN AND THE FLORIDA DEPARTMENT OF EDUCATION

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, approve the establishment of a teacher post to post exchange program under the Memorandum of Understanding between the Ministry of Education and Culture of Spain and the Florida Department of Education, beginning with the 1999-2000 school year.

E-10 APPOINTMENT OF INSTRUCTIONAL STAFF MEMBERS TO ANNUAL CONTRACT FOR 1999-2000
RECOMMENDED:
That The School Board of Miami-Dade County, Florida, effective July 1, 1999, approve nominations of the instructional staff members whose names appear on Appointment List 3 for annual contract, subject to reduction-in-force procedures, in accordance with state statutes, collective bargaining provisions, and Miami-Dade County School Board rules.

E-11 REQUEST FOR AUTHORIZATION TO ENTER INTO A CONTRACTUAL AGREEMENT WITH THE UNIVERSITY OF SOUTH FLORIDA TO PROVIDE AN OPPORTUNITY FOR ELEMENTARY AND SECONDARY TEACHERS TO EARN A MASTER OF ARTS DEGREE IN LIBRARY AND INFORMATION SCIENCE WITH FLORIDA SCHOOL MEDIA CERTIFICATION

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

1. authorize the Superintendent to enter into a contractual agreement with the University of South Florida to provide an advanced degree program in Library and Information Science with Florida School Media Certification for elementary and secondary teachers beginning in either August 1999 or August 2000 for a total cost of $375,289.20 for 60 teachers; and
2. grant an exception to School Board rule 6Gx13-3F-1.021.

The appropriation for this item will be included in the district tuition Reimbursement Fund and the Title II - Eisenhower Professional Development Program budget.

E-12 AUTHORIZATION OF THE 1999-2000 PROPERTY INSURANCE PROGRAM

E-13 DISMISSAL OF EMPLOYEE
VERONICA E. COOPER - CUSTODIAN
MIAMI CAROL CITY SENIOR HIGH SCHOOL

RECOMMENDED:
That effective April 14,1999, at the close of the workday, the School Board suspend and initiate dismissal proceedings against Ms. Veronica E. Cooper, Custodian, at Miami Carol City Senior High School, pending the outcome of a hearing, if requested.

E-14 DISMISSAL OF EMPLOYEE

E-15 TERMINATION OF EMPLOYMENT CONTRACTS OF INSTRUCTIONAL EMPLOYEES FOR FAILURE TO REMEDIATE PERFORMANCE DEFICIENCIES DURING THE 90-CALENDAR DAY PERFORMANCE PROBATION


F. DEPUTY SUPERINTENDENT: FEDERAL PROGRAMS AND GRANTS ADMINISTRATION


F-1 AUTHORIZATION OF THE SUPERINTENDENT'S ACCEPTANCE OF GRANT AWARDS AND SUBMISSION OF VARIOUS PROPOSALS AND GRANT REQUESTS

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

1. acceptance of a grant award from the Florida Department of Education, in the amount of $441,000, for funding the School Improvement Reading Initiative, January 1, 1999 - June 30, 2000;
2. acceptance of a grant award from the Florida Department of Education, in the amount of $142,045, for funding the Parents-to-Kids Program, July 1, 1998 - June 30, 1999;
3. acceptance of a grant award from the Junior League of Miami, Inc., in the amount of $1,800. for funding the Public Libraries Assisting Students in Mathematics and Science (PLASMAS) Program at the John F. Kennedy Memorial Library, January 9, 1999 - May 31, 1999;
4. acceptance of a grant award from and authorization to enter into a contractual agreement with the Training and Employment Council of South Florida, in an amount not to exceed $30,348, to provide the Test of Adult Basic Education to assess Work and Gain Economic Self-sufficiency (WAGES) customers, March 1, 1999 - September 30, 1999;
5. acceptance of a grant award from Toyota Motor Sales, USA, in the amount of $10,000, for funding the Toyota TAPESTRY Grant for Teachers at Dr. Michael M. Krop Senior High School, April 1, 1999 - June 30, 2000;
6. acceptance of a grant award from and authorization to enter into a contractual agreement with the Ewing Marion Kauffman Foundation, Center for Entrepreneurial Leadership, Inc., in the amount of $73,285, for funding the School-To-Work Mini-Society Initiative, March 1, 1999 - June 15, 2001;
7. acceptance of a grant award from the Florida Department of Education, Office of Professional Training Services, in the amount $300,000, for funding the Dade Academy for Excellence in Teaching, January 14, 1999 - December 31, 1999;
8. submission of the above-referenced grant applications to other appropriate funding sources as they become available; and
9. Financial Affairs to establish appropriations in the amounts approved by the granting agency; such appropriations to be reported periodically to the Board.


F-2 REQUEST FOR AUTHORIZATION TO ACCEPT A GRANT AWARD FROM THE UNITED STATES DEPARTMENT OF EDUCATION FOR FUNDING UNDER THE 21ST CENTURY COMMUNITY LEARNING CENTER GRANT PROGRAM, AND AUTHORIZATION TO ENTER INTO A CONTRACTUAL AGREEMENT WITH ASPIRA OF FLORIDA, INC., TO IMPLEMENT THE YOUTH SANCTUARY PROJECT, JUNE 1999 - JUNE 2002

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

1 acceptance of a grant award from the United States Department of Education in the amount of $200,000 a year, for three years, for funding under the 21st Century Community Learning Centers Grant Program;
2. entering into a contractual agreement, in an amount not to exceed $186,406 yearly, for three years, with ASPIRA of Florida, Inc., to implement the Youth Sanctuary Project, June 1999 - June 2002;
3. submission of the above-referenced grant application to other appropriate funding sources as they become available; and
4. Financial Affairs to establish appropriations in the amounts approved by the granting agency; such appropriations to be reported periodically to the Board.

F-3 REQUEST FOR AUTHORIZATION TO ACCEPT A GRANT AWARD FROM AND ENTER INTO A CONTRACTUAL AGREEMENT WITH THE JOBS AND EDUCATION PARTNERSHIP REGIONAL BOARD FOR MIAMI-DADE AND MONROE COUNTIES AND THE SOUTH FLORIDA EMPLOYMENT AND TRAINING CONSORTIUM FOR FUNDING A SUMMER YOUTH EMPLOYMENT AND TRAINING PROGRAM, APRIL 1, 1999 - SEPTEMBER 30, 1999

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

1. acceptance of a grant award from and authorization to enter into a contractual agreement with the Jobs and Education Partnership Regional Board for Miami-Dade and Monroe Counties and the South Florida Employment and Training Consortium, in an amount not to exceed $1,373,960, for funding a Summer Youth Employment and Training Program, April 1, 1999-September 30, 1999;
2. submission of the above-referenced grant application to other appropriate funding sources as they become available; and
3. Financial Affairs to establish appropriations in the amounts approved by the granting agency; such appropriations to be reported periodically to the Board.


G. CHIEF FINANCIAL OFFICER: FINANCIAL AFFAIRS


G-1 RESOLUTION NO. 1, 1998-99 CAPITAL OUTLAY FUNDS BUDGET

RECOMMENDED
: That The School Board of Miami-Dade County, Florida, approve Resolution No. 1, 1998-99 Capital Outlay Funds Budget, (1) recognizing new revenues, (2) amending appropriations, and (3) documenting changes in object codes.

G-2 RESOLUTION NO. 1, 1998-99 DEBT SERVICE FUNDS BUDGET

RECOMMENDED
: That The School Board of Miami-Dade County, Florida approve Resolution No. 1, 1998-99 Debt Service Funds Budget, (1) recognizing non-revenue receipts, (2) recognizing changes in revenue and transfers in from other funds, and (3) amending appropriations.

G-11 MONTHLY FINANCIAL REPORT FOR FEBRUARY 1999

RECOMMENDED
: That The School Board of Miami-Dade County, Florida receive and file the Monthly Financial Report for February 1999.

G-61 REQUEST FOR APPROVAL OF SUPPLEMENTAL AWARDS ON TERM BIDS

RECOMMENDED
: That The School Board of Miami-Dade County, Florida, APPROVE the supplemental awards on the following term bids, inasmuch as the estimated requirements, previously awarded by the Board, will be exceeded before the bid terms expire:

(1)

Bid #011-XX06–WRESTLING MATS, to establish a contract, to purchase, at firm unit prices, quantities, as may be required, of wrestling mats for various locations, during the term of the bid, effective October 7, 1998, through October 6, 1999. This supplemental award is requested inasmuch as the general contractor failed to provide mats included in the design criteria for Coral Reef Senior High School. The funds have been transferred to Furniture, Fixtures and Equipment, to enable the purchase of the items using the term bid, however, this order was not included when calculating the requirements for this bid. Additionally, last contract usage averaged $893.46 per month, while this year‘s usage has averaged $2,139.52 per month. The additional supplemental amount requested is based on the average monthly expenditure amount, times the twelve (12) month contract period, minus the original award amount ($10,650.24), plus the unanticipated order ($31,352).

Fund Source - 0100-General
M/WBE Eligibility - None

1. ACME UTILITY PRODUCTS
P.O. BOX 801395
BOCA RATON, FL 33481

2. RESILITE SPORTS PRODUCTS, INC.
P.O. BOX 764
SUNBURY, PA 17801
ORIGINAL AWARD AMOUNT $ 15,024.00
PREVIOUS SUPPLEMENTAL $ 0
THIS SUPPLEMENTAL $ 42,002.24
(2)

Bid #257-VV05–CIRCUIT BREAKERS, to establish a contract, to purchase, at firm unit prices, quantities, as may be required, of circuit breakers, for Maintenance Materials Management stock, during the term of the bid, effective August 1, 1998, through July 31, 1999. This supplemental award is requested due to increased usage, inasmuch as this is a first time bid, and previous usage was not available. This year’s usage has averaged $1,854.66 per month. The supplemental amount requested is based on the average monthly expenditure amount, times the twelve (12) month contract period, minus the original award amount.

Fund Source - 0100-General
M/WBE Eligibility -Female - African American Male

GROUP I – CIRCUIT BREAKERS - ITE

PRIMARY

1. ELECTROPOWER UTILITY SALES CO. (WF)
13552 SW 129 STREET
MIAMI, FL 33186
OWNER: IVONNE CABRERA

SECONDARY

2. RAY’S ELECTRICAL SUPPLIES, INC. (AM)
2023 OPA LOCKA BOULEVARD
MIAMI, FL 33054
OWNER: VALTY RAYMORE
GROUP II – CIRCUIT BREAKERS – GE

PRIMARY

3. WHOLESALE INDEPENDENT ELECTRIC SUPPLY CO., INC. (WF)
5 EAST FAIRFIELD DRIVE
PENSACOLA, FL 32505
OWNER: BONNIE MATHES

SECONDARY

4. RAY’S ELECTRICAL SUPPLIES, INC. (AM)
2023 OPA LOCKA BOULEVARD
MIAMI, FL 33054
OWNER: VALTY RAYMORE
GROUP III – CIRCUIT BREAKERS – WESTINGHOUSE

PRIMARY

5. ELECTROPOWER UTILITY SALES CO. (WF)
13552 SW 129 STREET
MIAMI, FL 33186
OWNER: IVONNE CABRERA

SECONDARY

6. WHOLESALE INDEPENDENT ELECTRIC SUPPLY CO., INC. (WF)
5 EAST FAIRFIELD DRIVE
PENSACOLA, FL 32505
OWNER: BONNIE MATHES
GROUP IV – CIRCUIT BREAKERS – SQUARE D

PRIMARY

7. ELECTRICAL SUPPLIES, INC.
13395 NW 107 AVENUE
MIAMI, FL 33018

SECONDARY

8. WHOLESALE INDEPENDENT ELECTRIC SUPPLY CO., INC. (WF)
5 EAST FAIRFIELD DRIVE
PENSACOLA, FL 32505
OWNER: BONNIE MATHES
ORIGINAL AWARD AMOUNT $ 13,909.95
PREVIOUS SUPPLEMENTAL $ 0
THIS SUPPLEMENTAL $ 8,345.97
(3)

Bid #153-VV10–PLAYGROUND EQUIPMENT CATALOG BID, to establish price lists and/or educational discounts, to purchase and install playground equipment, during the term of the bid, effective July 8, 1998, through July 9, 1999. This supplemental award is requested due to Pre-K grant funding and replacement of certain equipment. Last contract usage averaged $7,214.83 per month, while this year’s usage has averaged $26,486.50 per month. The supplemental amount requested is based on the average monthly expenditure amount, times the twelve (12) month contract period, minus the original award amount.

 

Fund Source - Various
M/WBE Eligibility- None

1. ACME RECREATIONAL PRODUCTS, INC.
13525 GARDEN ROAD
PEARLAND, TX 77584

2. ATLANTIS CONSTRUCTION OF SOUTH FLORIDA, INC.
137 SW 57 AVENUE
MIAMI, FL 33144

3. CONTRACT CONNECTION, INC.
P.O. BOX 8254
PEMBROKE PINES, FL 33084

4. DIVERSIFIED METAL FABRICATORS, INC.
C/O DOMINICA RECREATION PRODUCTS, INC.
P.O. BOX 520700
LONGWOOD, FL 37252-0700

5. FIBAR, INC.
C/O DOMINICA RECREATION PRODUCTS, INC.
P.O. BOX 520700
LONGWOOD, FL 37252-0700

6. GAMETIME, A DIVISION OF NEWCO, INC.
C/O DOMINICA RECREATION PRODUCTS, INC.
P.O. BOX 520700
LONGWOOD, FL 37252-0700

7. KOMPAN SOUTHEAST, INC.
P.O. BOX 1217
GENEVA, FL 32732-1217

8. LEADEX CORPORATION
4731 SW 75 AVENUE
MIAMI, FL 33155

9. MIRACLE RECREATION EQUIPMENT CO.
C/O NOLAND ASSOCIATION
P.O. BOX 948262
MAITLAND, FL 32794-8262

10. PARK STRUCTURES, INC.
12325 WEST SAMPLE ROAD
CORAL SPRINGS, FL 33065

11. PETE JEFFREY AND ASSOCIATES, INC.
2123 OREGON STREET
ORLANDO, FL 32803

12. PIAZZA, INC.
P.O. BOX 1217
GENEVA, FL 32732-1217

13. PLAYBOUND / SURFACE AMERICA, INC.
C/O DOMINICA RECREATION PRODUCTS, INC.
P.O. BOX 520700
LONGWOOD, FL 37252-0700

14. PLAYGROUND ENVIRONMENTS, INC.
P.O. BOX 460
SPEONIC, NY 11972

15. RCP SHELTERS, INC.
935 SE CENTRAL PARKWAY
STUART, FL 34994
ORIGINAL AWARD AMOUNT $ 95,235.00
PREVIOUS SUPPLEMENTAL $ 0
THIS SUPPLEMENTAL $ 222,603.00

(4)

Bid #293-VV09M/WBE – PLASTIC CAN LINERS I, to establish a contract, 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 July 22, 1998, through July 21, 1999. This supplemental award is requested due to unanticipated higher usage for items 3 - plastic can liner and 4 – plastic liner: polyethylene bag. Last contract usage averaged $28,683.25 per month, while this year’s usage has averaged $33,249.38 per month. Additionally, quantities for item 4 were not based on actual usage plus 10%. The supplemental amount requested is based on the average monthly expenditure amount, times the twelve (12) month contract period, minus the original award amount.

Fund source - 0100-General
M/WBE Eligibility - African American Male - Female

1. DISTRICT HEALTH CARE SUPPLY & JANITORIAL, INC. (AM)
10302 NW SO. RIVER DRIVE, BAY 24
MEDLEY, FL 33178
OWNER: PERNELL WILLIAMS

2. INTERBORO PACKAGING CORPORATION (WF)
114 BRACKEN ROAD
MONTGOMERY, NY 12549
OWNER: EDITH JEREMIAS

4. SAFE TEX (WF)
P.O. BOX 1897
MARCO ISLAND, FL 34146
OWNER: KATHERINE OLIS
ORIGINAL AWARD AMOUNT $ 329,565.50
PREVIOUS SUPPLEMENTAL $ 0
THIS SUPPLEMENTAL $ 69,427.06
(5)

Bid #135-XX07 – TRUCKS, MISCELLANEOUS, to establish a contract, to purchase, at firm unit prices, quantities, as may be required, of various types of trucks for use by Stores and Mail Distribution, Maintenance Materials Management and the Office of Facilities Operations, during the term of the bid, effective February 10, 1999, through February 8, 2000. This supplemental award is requested as a result of additional trucks and options ordered by the Office of Facilities Operations. The additional trucks are being added by the Office of Facilities Operations as a result of receiving lower bid prices. The options were originally awarded based on a unit price per option, but not included in the original total estimated dollar amount awarded by the Board. The supplemental amount requested is based on the options requested for each truck and the additional trucks.

Fund Source - Various
M/WBE Eligibility - None

1. ABRAHAM CHEVROLET – MIAMI, INC.
4181 SW 8 STREET
MIAMI, FL 33134

2. ALTEC INDUSTRIES, INC.
1730 VANDERBILT ROAD
BIRMINGHAM, AL 35234

3. DON REID FORD
P.O. BOX 940005
MAITLAND, FL 32751

4. FREIGHTLINER TRUCKS OF SOUTH FLORIDA, INC.
P.O. BOX 694220
MIAMI, FL 33269-1220

5. MAROONE DODGE
P.O. BOX 940005
MIAMI, FL 33169

6. PALM PETERBILT GMC TRUCKS, INC.
2441 SOUTH STATE ROAD 7
FT. LAUDERDALE, FL 33317

7. PALMETTO TRUCK CENTER
7245 NW 36 STREET
MIAMI, FL 33166

8. RECHTIEN INTERNATIONAL TRUCKS, INC.
7227 NW 74 AVENUE
MIAMI, FL 33166
ORIGINAL AWARD AMOUNT $2,861,901.00

PREVIOUS SUPPLEMENTAL $ 0
THIS SUPPLEMENTAL $ 429,845.00

G-62 REPORT OF PURCHASES MADE WITHIN GUIDELINES OF BOARD RULE 6Gx13-3C-1.10

PO DATE:

PO NO:

VENDOR:

AMOUNT:

02/13/99



02/22/99



02/22/99



02/25/99



03/01/99

K00640867



K00640023



K00644848



K00644741R


K00645216

TRULY NOLEN EXTERMINATING, INC.
5931 HALLANDALE BEACH BOULVARD
HOLLYWOOD, FL 33023

THE POOLE AND KENT COMPANY
1781 NW NORTH RIVER DRIVE
MIAMI, FL 33125

MIDDLETON AND ASSOCIATES
7316 NW 48 STREET
MIAMI, FL 33155

THE TRANE COMPANY
7415 NW 19 STREET, SUITE C
MIAMI, FL 33126

ACE PUMP & SUPPLY
6013 JOHNSON STREET
HOLLYWOOD, FL 33024

$ 12,250.00



$ 16,500.00



$ 58,010.00



$ 115,300.00



$ 15,790.00


G-63 RENEWAL OF BID #119–TT03 – MILK BOXES

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, RENEW Bid #119-TT03 — MILK BOXES, to purchase, at firm unit prices, quantities, as may be required, of milk boxes, for use in the Food Service Program of the Department of Food and Nutrition, during the term of the bid, effective May 7, 1999, through May 6, 2000, as follows:

1. LACE FOODSERVICE CORP. (HM)
P.O. BOX 652953
MIAMI, FL 33265-2953 EST. $ 454,458.00
OWNER: LUIS FERNANDEZ

Total Low Unit Price Meeting Specifications: Items 1 through 3.
Item 1 – Milk Box, 8 crate capacity @ $3,818 each.
Item 2 – Milk Box, 12 crate capacity @ $4,263 each.
Item 3 – Milk Box, 16 crate capacity @ $4,492 each.
(Second Annual Renewal And Final Year Of Contract)

2. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $454,458. The award shall be made subject to the resolution of bid protests, if any.


G-64 RENEWAL OF BID #190-TT02 – WINDOWS

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, RENEW Bid #190-TT02 — WINDOWS, to purchase, at a firm unit price, quantities, as may be required, of windows, for Maintenance Materials Management stock, during the term of the bid, effective April 16, 1999, through July 15, 1999, as follows:

1. SECURITY ALUMINUM WINDOWS & DOORS
5100 NW 72 AVENUE
MIAMI, FL 33166 EST. $ 25,231.00

Low Unit Price Meeting Specifications: Only Item Window, single hung @ $245.91 each.
(Final Ninety (90) Day Renewal Period)

2. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $25,231. The award shall be made subject to the resolution of bid protests, if any.


G-65 RENEWAL OF BID #194–TT01 – SECURITY LOCKING DEVICES

RECOMMENDED:
That The School Board of Miami-Dade County, Florida RENEW Bid #194-TT01 — SECURITY LOCKING DEVICES, to secure firm discounts, to purchase, quantities, as may be required, of security locking devices, for various schools and departments, during the term of the bid, effective May 7, 1999, through August 6, 1999, as follows:

PRIMARY VENDOR – ITEM 1

1. KOMPUTER KINGDOM, INC.
4026 UNIVERSITY BOULEVARD COURT
JACKSONVILLE, FL 32217 EST. $ 7,341.95
Item 1 – Anchor Pad @ 19% discount.

PRIMARY VENDOR – ITEMS 3, 7, AND 8.

2. MICRO SECURITY SOLUTIONS, INC.
15931 NW 49 AVENUE
MIAMI LAKES, FL 33014 EST. $ 202,428.05
Item 3 – FMJ Security Systems, Inc. @ 0% discount.
Item 7 – Qualtec Data Products @ 0% discount.
Item 8 – Micro Security Solution @ 0% discount.
(Final Ninety (90) Day Renewal Period)

3. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $209,770. The award shall be made subject to the resolution of bid protests, if any.

 

G-66 RENEWAL OF BID #241-TT04 – TELECOMMUNICATION ATTENDANCE SYSTEM

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, RENEW Bid #241-TT04 — TELECOMMUNICATION ATTENDANCE SYSTEM, to provide telecommunication attendance services, for various locations, during the term of the bid, effective May 7, 1999, through August 6, 1999, as follows:

 

1. L AND R TELECOMPUTER SERVICES, INC.
1124 KANE CONCOURSE
BAY HARBOR ISLAND, FL 33154 EST. $ 107,836.00
Total Low Unit Price: Items 1 and 2.
Item 1A – Attendance-Elementary @ $1,800 annually.
Item 1B – Attendance-Alternative @ $1,800 annually.
Item 1C – Attendance-Middle @ $3,600 annually.
Item 1D – Attendance-Senior @ $3,600 annually.
Item 2 – Startup fee @ $100 each.
(Final Ninety (90) Day Renewal Period)

2. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $107,836. The award shall be made subject to the resolution of bid protests, if any.


G-67 RENEWAL OF BID #148-VV11– DETECTOR, INTRUSION

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, RENEW Bid #148-VV11 – DETECTOR, INTRUSION, to purchase, at firm unit prices, quantities, as may be required, of intrusion detectors, for the Office of Facilities Operations, during the term of the bid, effective May 1, 1999, through April 30, 2000, as follows:


1. SILMAR ELECTRONICS
11001 NW 33 STREET
MIAMI, FL 33172 EST. $ 8,885.98
Total Low Unit Price: Items 1 and 2.
Item 1 – Intrusion detector @ $51.95 each.
Item 2 – Instrument box @ $9.20 each.
(First Annual Renewal And Second Year Of Contract)

2. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $8,885.98. The award shall be made subject to the resolution of bid protests, if any.


G-68 RENEWAL OF AWARD OF BID #174-VV10 -- CARPET AND FLOOR TILE, NORTH OF FLAGLER STREET (SUPPLY AND INSTALL)

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, RENEW Bid #174-VV10 – CARPET AND FLOOR TILE, NORTH OF FLAGLER STREET (SUPPLY AND INSTALL), to furnish and install, at firm unit prices, carpet and floor tile, at all School Board of Miami-Dade County locations, north of Flagler Street, for the Office of Facilities Operations, during the term of the bid, effective April 15, 1999, through April 14, 2000, as follows:

1. AMION ENTERPRISES INTERNATIONAL CORPORATION (AM)
14295 SW 142 STREET
MIAMI, FL 33186 EST. $ 623,700.00
OWNER: MIGUEL AMION
Total Low Unit Price: All Items.
Item 1 – Job size less than 250 square yards, 6.6 modified polymer fiber @ $10.72 per square yard.
Item 2 – Job size more than 250 square yards, 6.6 modified polymer fiber @ $10.72 per square yard.
Item 3 – Treads and risers covered in carpet @ $1.50 per square foot.
Item 4 – Install M-DCPS supplied carpet @ $2.55 per square yard.
Item 5 – Job size less than 500 square feet @ $.96 per square foot.
Item 6 – Job size more than 500 square feet @ $.93 per square yard.
Item 7 – Job size over 15,000 square feet @ $.93 per square foot.
Item 8 – Treads and risers covered in tile @ $1.20 per square foot.
Item 9 – Install M-DCPS supplied VCT @ $1 per square foot.
Item 10 – Job size less than 500 square feet @ $1.90 per square foot.
Item 11 – Job size more the 500 square feet @ $1.79 per square foot.
Item 12 – Job size less than 250 square yards @ $15 per square yard.
Item 13 – Job size more than 250 square yards OT @ $15 per square yard.
Item 14 – Job size less than 250 square yards @ $22.94 per square yard.
Item 15 – Job size more than 250 square yards @ $22.94 per square yard.
Item 16 – Job size less than 250 square yards @ $13.50 per square yard.
Item 17 – Job size more than 250 square yards @ $13.50 per square yard.
Item 18 – Heat weld seams @ $1.20 per linear foot.
Item 19 – Provide all material and labor associated with the installation of integral (flash) cove base @ $2 per linear foot.
Item 20 – Provide all material and labor associated with the installation of integral (flash) cove base outside corners @ $5 per corner.
Item 21 – Provide all material and labor associated with the installation of integral (flash) cove base inside corners @ $5 per corner.
Item 22 – Job size less than 250 square yards @ $25 per square yard.
Item 23 – Job size more than 250 square yards @ $25 per square yard.
Item 24 – Heat welded seams @ $1.30 per linear foot.
Item 25 – Provide all material and labor associated with the installation of integral (flash) cove base @ $2 per linear foot.
Item 26 – Provide all material and labor associated with the installation of integral (flash) cove base outside corners @ $8 per corner.
Item 27 – Provide all material and labor associated with the installation of integral (flash) cove base inside corners @ $8 per corner.
Item 28 – Job size less than 500 square feet @ $5.12
per square foot
Item 29 – Job size more than 500 square feet @ $5.12 per square foot.
Item 30 – Plywood sub-flooring, 4’X8’ sheet thickness 1/4 inch @ $26 per sheet.
Item 31 – Plywood sub-flooring, 4’X8’ sheet thickness 1/2 inch @ $36 per sheet.
Item 32 – Plywood sub-flooring, 4’X8’ sheet thickness 3/4 inch @ $42 per sheet.
Item 33 – Shoe mold, furnish and install @ $.75 per linear foot.
Item 34 – Slab repair material, 40 pound bag @ $52 per bag.
Item 35 – Slab repair material, 50 pound drum @ $63.43 per drum.
Item 36 –Cove base 4" @ $.82 per linear foot.
Item 37 –Cove base 6" @ $1.40 per linear foot.
Item 38 –Stair nosing – vinyl @ $2.13 per linear foot.
Item 39 –Stair nosing – metal 1"X2" @ $2.64 per linear foot.
Item 40 –Stair nosing – metal 2"X2" @ $3.11 per linear foot.
Item 41 –Stair nosing – metal A-929-3 @ $3.50 per linear foot.
Item 42 –T mouldings: CPT/CPT @ $1.25 per linear foot.
Item 43 – T mouldings: CPT/TILE @ $1.25 per linear foot.
Item 44 – Reducers: Carpet @ $1.20 per linear foot.
Item 45 – Reducers: Floor tile @ $.57 per linear foot.
Item 46 – Saddle Trim @ $2.40 per linear foot.
Item 47 – Carpet metal @ $.69 per linear foot.
Item 48 – Stair treads @ $5.95 per linear foot.
Item 49 – Stair risers @ $1.15 per linear foot.
Item 50 – Feature strip @ $.30 per linear foot.
Item 51 – Removal of carpet and adhesive @ $.89 per square yard.
Item 52 – Removal of resilient flooring and adhesive @ $.33 per square foot.
Item 53 – Removal of vinyl base regular time @ $.15 per linear foot.
Item 54 – Moving of furniture for classroom/cafeteria area @ $.08 per square foot.
Item 55 – Moving of furniture for office area @ $.10 per square foot.
Item 56 – Moving of furniture for library area @ $.13 per square foot.
Item 57 – 20 foot storage container @ $250 per month.
Item 58 – Overtime at owner’s request (installer only) @ $18 per hour.
Item 59 – Overtime at owner’s request (supervisor only) @ $18 per hour.
(First Annual Renewal and Final Year of Contract)

2. Grant an exception to the requirement for awarding term bids and requesting supplemental awards approved by the Board on January 22, 1997.

3. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $623,700. The award shall be made subject to the resolution of bid protests, if any.


G-69 RENEWAL OF BID #175–VV10M/WBE – CARPET AND FLOOR TILE SOUTH OF FLAGLER STREET (SUPPLY AND INSTALL)

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, RENEW Bid #175-VV10M/WBE – CARPET AND FLOOR TILE, SOUTH OF FLAGLER STREET (SUPPLY AND INSTALL), to furnish and install, at firm unit prices, carpet and floor tile, at all School Board of Miami-Dade County locations, south of Flagler Street, for the Office of Facilities Operations, during the term of the bid, effective April 15, 1999, through April 14, 2000, as follows:

1. AMION ENTERPRISES INTERNATIONAL CORPORATION (AM)
14295 SW 142 STREET
MIAMI, FL 33186 EST. $ 619,630.00
OWNER: MIGUEL AMION
Total Low Unit Price: All Items.
Item 1 – Job size less than 250 square yards, 6.6 modified polymer fiber @ $10.72 per square yard.
Item 2 – Job size more than 250 square yards, 6.6 modified polymer fiber @ $10.72 per square yard.
Item 3 – Treads and risers covered in carpet @ $1.50 per square foot.
Item 4 – Install M-DCPS supplied carpet @ $2.55 per square yard.
Item 5 – Job size less than 500 square feet @ $.96 per square foot.
Item 6 – Job size more than 500 square feet @ $.93 per square yard.
Item 7 – Job size over 15,000 square feet @ $.93 per square foot.
Item 8 – Treads and risers covered in tile @ $1.20 per square foot.
Item 9 – Install M-DCPS supplied VCT @ $1 per square foot.
Item 10 – Job size less than 500 square feet @ $1.90 per square foot.
Item 11 – Job size more than 500 square feet @ $1.79 per square foot.
Item 12 – Job size less than 250 square yards @ $15 per square yard.
Item 13 – Job size more than 250 square yards OT @ $15 per square yard.
Item 14 – Job size less than 250 square yards @ $22.94 per square yard.
Item 15 – Job size more than 250 square yards @ $22.94 per square yard.
Item 16 – Job size less than 250 square yards @ $13.50 per square yard.
Item 17 – Job size more than 250 square yards @ $13.50 per square yard.
Item 18 – Heat weld seams @ $1.20 per linear foot.
Item 19 – Provide all material and labor associated with the installation of integral (flash) cove base @ $2 per linear foot.
Item 20 – Provide all material and labor associated with the installation of integral (flash) cove base outside corners @ $5 per corner.
Item 21 – Provide all material and labor associated with the installation of integral (flash) cove base inside corners @ $5 per corner.
Item 22 – Job size less than 250 square yards @ $25 per square yard.
Item 23 – Job size more than 250 square yards @ $25 per square yard.
Item 24 – Heat welded seams @ $1.30 per linear foot.
Item 25 – Provide all material and labor associated with the installation of integral (flash) cove base @ $2 per linear foot.
Item 26 – Provide all material and labor associated with the installation of integral (flash) cove base outside corners @ $8 per corner.
Item 27 – Provide all material and labor associated with the installation of integral (flash) cove base inside corners @ $8 per corner.
Item 28 – Job size less than 500 square feet @ $5.12 per square foot.
Item 29 – Job size more than 500 square feet @ $5.12 per square foot.
Item 30 – Plywood sub-flooring, 4’X8’ sheet thickness 1/4 inch @ $26 per sheet.
Item 31 – Plywood sub-flooring, 4’X8’ sheet thickness 1/2 inch @ $36 per sheet.
Item 32 – Plywood sub-flooring, 4’X8’ sheet thickness 3/4 inch @ $42 per sheet.
Item 33 – Shoe mold, furnish and install @ $.75 per linear foot.
Item 34 – Slab repair material, 40 pound bag @ $52 per bag.
Item 35 – Slab repair material, 50 pound drum @ $63.43 per drum.
Item 36 – Cove base 4" @ $.82 per linear foot.
Item 37 – Cove base 6" @ $1.40 per linear foot.
Item 38 – Stair nosing – vinyl @ $2.13 per linear foot.
Item 39 – Stair nosing – metal 1"X2" @ $2.64 per linear foot.
Item 40 – Stair nosing – metal 2"X2" @ $3.11 per linear foot.
Item 41 – Stair nosing – metal A-929-3 @ $3.50 per linear foot.
Item 42 – T mouldings: CPT/CPT @ $1.25 per linear foot.
Item 43 – T mouldings: CPT/TILE @ $1.25 per linear foot.
Item 44 – Reducers: Carpet @ $1.20 per linear foot.
Item 45 – Reducers: Floor tile @ $.57 per linear foot.
Item 46 – Saddle Trim @ $2.40 per linear foot.
Item 47 – Carpet metal @ $.69 per linear foot.
Item 48 – Stair treads @ $5.95 per linear foot.
Item 49 – Stair risers @ $1.15 per linear foot.
Item 50 – Feature strip @ $.30 per linear foot.
Item 51 – Removal of carpet and adhesive @ $.89 per square yard.
Item 52 – Removal of resilient flooring and adhesive @ $.33 per square foot.
Item 53 – Removal of vinyl base regular time @ $.15 per linear foot.
Item 54 – Moving of furniture for classroom/cafeteria area @ $.08 per square foot.
Item 55 – Moving of furniture for office area @ $.10 per square foot.
Item 56 – Moving of furniture for library area @ $.13 per square foot.
Item 57 – 20 foot storage container @ $250 per month.
Item 58 – Overtime at owner’s request (installer only) @ $18 per hour.
Item 59 – Overtime at owner’s request (supervisor only) @ $18 per hour.
(First Annual Renewal and Final Year of Contract)

2. Grant an exception to the requirement for awarding term bids and requesting supplemental awards approved by the Board on January 22, 1997.

3. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $619,630. The award shall be made subject to the resolution of bid protests, if any.

G-70 TERMINATE AWARD OF BID #195-VV02 – DOORS: WOOD

RECOMMENDED: That The School Board of Miami-Dade County, Florida, TERMINATE the award of items 3 through 10 and 11 through 16 on Bid #195-VV02— DOORS: WOOD, effective April 14, 1999, as follows:

1. RIDER DISTRIBUTORS, INC. (HM)
P.O. BOX 126806
HIALEAH, FL 33012 EST. $ 283,279.31
OWNER: JORGE PELAEZ

2. Require that Rider Distributors, Inc., lose eligibility to transact new business with the Board for a period of fourteen (14) months, pursuant to Board Rule 6Gx13–3C-1.08--Performance and Payment Security, Declining A Bid Award, And Bonding Company Qualifications, effective April 14, 1999.


G-71 RENEWAL OF BID #200–VV02 – SOD, FURNISH AND INSTALL, SOUTH OF FLAGLER

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, RENEW Bid #200-VV02 — SOD,
FURNISH AND INSTALL, SOUTH OF FLAGLER, to furnish and install, at firm unit prices, quantities, as may be required, of sod, south of Flagler Street, for the Office of Facilities Operations, during the term of the bid, effective May 1, 1999, through April 30, 2000, as follows:

1. TROMPEX CORPORATION (AM)
13380 SW 131 STREET, SUITE 126
MIAMI, FL 33186---------------EST. $20,429.64
OWNER: TIM OKOINYAN
Total Low Unit Price: All Items.
Item 1 – St. Augustine sod @ $.19 per square foot.
Item 2 – Bahia Argentine sod @ $.10 per square foot.
Item 3 – Bermuda Tifway sod @ $.25 per square foot.
Item 4 – Bermuda Tifway sod roll @ $.25 per square foot.
Item 5 – Water @ $11.50 per 1000 gallon.
Item 6 – Hand tools @ $8 per hour.
Item 7 – Roll sod @ $.01 per square foot.
Item 8 – Top soil mix @ $12 per cubic yard.
Item 9 – Provide and spread @ $7 per cubic yard.
(First Annual Renewal And Second Year Of Contract)

2. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $20,429.64. The award shall be made subject to the resolution of bid protests, if any.

G-72 RENEWAL OF BID #205-VV05 – ELECTRICAL RACEWAYS AND FITTINGS

RECOMMENDED: That The School Board of Miami-Dade County, Florida, RENEW Bid #205-VV05 — ELECTRICAL RACEWAYS AND FITTINGS, to purchase, at firm unit prices, quantities, as may be required, of electrical raceways and fittings, for Maintenance Materials Management stock, during the term of the bid, effective April 14, 1999, through July 13, 1999, as follows:

1. CONSOLIDATED ELECTRIC SUPPLY
3800 NW 31 AVENUE
MIAMI, FL 33142 EST. $ 15,904.38
Total Low Unit Price: Item 1 through 43.
Item 1 - Plugmold, multioutlet system @ $17.76 per length of 6 feet.
Item 2 - Pole, tele-power steel @ $60.67 each.
Item 3 - Raceway @ $5.41 each.
Item 4 - Strap, 1 or 2 hole, 5/8" @ $.20 each.
Item 5 - Elbow, flat, 90 degree @ $.75 each.
Item 6 - Elbow, internal @ $1.01 each.
Item 7 - Elbow, external @ $.88 each.
Item 8 - Fitting, entrance end @ $2.41 each.
Item 9 - Fitting, blank end @ $.34 each.
Item 10 - Cover, raceway @ $2.23 per length of 5 feet.
Item 11 - Clip, supporting @ $.19 each.
Item 12 - Elbow, internal twisted, left @ $2.04 each.
Item 13 - Elbow, internal twisted, right @ $2.04 each.
Item 14 - Box, fixture, solid base @ $4.54 each.
Item 15 - Box, switch and receptacle, deep @ $7.15 each.
Item 16 - Box, switch and receptacle, shallow @ $2.48 each.
Item 17 - Box, switch and receptacle, ivory @ $3 each.
Item 18 - Box, switch and receptacle, ivory @ $5.41 each.
Item 19 - Adapter, extension, flush type @ $2.69 each.
Item 20 - Box, extension, flush type @ $5.24 each.
Item 21 - Connector, box galvanized @ $1.31 each.
Item 22 - Connector, conduit, galvanized @ $1.33 each.
Item 23 - Connector, combination @ $1.51 each.
Item 24 - Fitting, entrance end @ $5.82 each.
Item 25 - Cover, connection @ $.21 each.
Item 26 - Adapter, flush plate @ $3.79 each.
Item 27 - Tee, ivory @ $1.69 each.
Item 28 - Coupling, galvanized steel @ $2.43 each.
Item 29 - Coupling, internal corner @ $.74 each.
Item 30 - Fitting, blank end @ $2.93 each.
Item 31 - Connector, end reducing @ $1.89 each.
Item 32 - Divider @ $1.99 per length of 5 feet.
Item 33 - Clip, wire, plated for G4000 @ $1.03 each.
Item 34 - Elbow, flat @ $11.34 each.
Item 35 - Tee, divided @ $23.75 each.
Item 36 - Coupling, internal corner @ $6.33 each.
Item 37 - Elbow, external, gray @ $15.65 each.
Item 38 - Fitting, entrance end @ $9.98 each.
Item 39 - Cover, combination @ $5.06 each.
Item 40 - Base, 4000 raceway @ $20.55 per length of 10 feet.
Item 41 - Cover, 4000 raceway @ $5.93 per length of 5 feet.
Item 42 - Bushing @ $14.10 per box.
Item 43 - Bender, Benfield @ $39.82 each.
(Final Ninety (90) Day Renewal Period)

2. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $15,904.38. The award shall be made subject to the resolution of bid protests, if any.


G-73 CORRECTION OF BID #211-VV11 – SCHOOL BUS RADIO SYSTEM LEASE PURCHASE

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, CORRECT the award of bid #211-VV11 – SCHOOL BUS RADIO SYSTEM LEASE PURCHASE, to lease/purchase, at firm unit prices, quantities, as may be required, of school bus radio systems, for the Department of Transportation, during the term of the bid, effective April 15, 1998, through April 14, 2000, as follows:


1. CLASSIC VENTURES DIVERSIFIED, INC.
D/B/A RAPID COMMUNICATIONS
1461 BANKS ROAD
MARGATE, FL 33063 EST. $ 250,560.00
Total Low Unit Price: Items 1 through 4, 5 through 8.
Item 1 - Mobile two way trunking radios @ $18 per-month.
Item 2 - Hand held portable radios @ $18 per month.
Item 3 - Base station radios @ $18 per month.
Item 4 - Spare mobile units @ $18 per month.
Item 5 - Monthly depreciation for items 1 and 4, 2, 3, @ $10 each.
Item 6 - Extended warranty cost for year two @ $18 per month.
Item 7 - Buyout amount @ $0.
Item 8 - Interest rate @ $0.

2. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $250,560. The award shall be made subject to the resolution of bid protests, if any.


G-74 RENEWAL OF BID #230-VV06M/WBE PAPER: MULTIPURPOSE XEROGRAPHIC II

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, RENEW Bid #230-VV06M/WBE – PAPER: MULTIPURPOSE XERO-GRAPHIC II, to purchase, at firm unit prices, quantities, as may be required, of xerographic paper, for Stores and Mail Distribution stock, during the term of the bid, effective April 14, 1999, through April 13, 2000, as follows:

1. CYNTHIA PERRY ENTERPRISES, INC. (AF)
1010 SOUTH 28 AVENUE
HOLLYWOOD, FL 33020 EST. $ 543,125.00
OWNER: CYNTHIA PERRY
Low Unit Price – Item 1 – Paper, 8 ½ x 11 (rail car or truck load ) @ $19.75 per case.
(First Annual Renewal and Final Year of Contract)

2. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $543,125. The award shall made subject to the resolution of bid protests, if any.


G-75 RENEWAL OF BID #231-VV06 – PAPER: MULTIPURPOSE XEROGRAPHIC I

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, RENEW Bid #231-VV06 – PAPER: MULTIPURPOSE I, to purchase, at firm unit prices, quantities, as may be required, of xerographic paper, for various schools and departments, including Stores and Mail Distribution stock, during the term of the bid, effective April 14, 1999 through April 13, 2000, as follows:

1. MAC PAPERS, INC
3300 PHILLIPS HIGHWAY, BOX 5369
JACKSONVILLE, FL 32247 EST. $1,357,382.84
Low Unit Price: Item 1 – Paper, 8 ½ X 11 (rail car or truck load) @ $19.342 per case.

2. UNISOURCE
3501 COMMERCE PARKWAY
MIRAMAR, FL 33025 EST. $ 250,658.90
Low Unit Price: Item 3.
Low Unit Price Meeting Specifications: Item 2.
Item 2 – Paper (10 to 39 cases) @ $20.49 per case.
Item 3 – Paper (40 or more cases) @ $20.19 per case.
(First Annual Renewal And Final Year Of Contract)

3. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $1,608,041.74. The award shall be made subject to the resolution of bid protests, if any.


G-76 RENEWAL OF BID #234-VV06 – ADMINISTRATION OF HEPATITIS "B" VACCINE

RECOMMENDED:
That The School Board of Miami-Dade County, Florida RENEW Bid #234-VV06 – ADMINISTRATION OF HEPATITIS "B" VACCINE, to purchase, at firm unit prices, services, as may be required, for the administration of Hepatitis "B" vaccine, for the Office of Professional Standards, during the term of the bid, effective May 1, 1999, through April 30, 2000, as follows:

1. PENTAGON HEALTHCARE SERVICE, INC. (AM)
15155 NW 7 AVENUE
MIAMI, FL 33169 EST. $ 49,841.00
OWNER: EARNIE P. NEAL
Total Low Unit Price: Items 1 through 4, 5 and 6.
Item 1 - Visit 1 @ $13.99 per person.
Item 2 - Visit 2 @ $5.75 per person.
Item 3 - Visit 3 @ $5 per person.
Item 4 - Visit 4 @ $4 per person.
Item 5 - Booster @ $23.50 per person.
Item 6 - Titer Test only @ $23.50 per person.
(First Annual Renewal and Second Year of Contract)

2. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $49,841. The award shall be made subject to the resolution of bid protests, if any.


G-77 TERMINATE AWARD OF BID #039-XX09 – SHIRTS AND JACKETS – SCHOOL MONITOR

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, TERMINATE the award of items 1 through 6 on Bid # 039-XX09 - SHIRT AND JACKETS-SCHOOL MONITOR, effective April 14, 1999, as follows:


1. C. THOMAS, INC.
17801 NW 22 AVENUE
MIAMI, FL 33056 EST. $ 19,778.00
Total Low Unit Price: Items 1 through 6.
Item 1 – Shirt, small @ $7.75 each.
Item 2 – Shirt, medium @ $7.75 each.
Item 3 – Shirt, large @ $7.75 each.
Item 4 – Shirt, X-large @ $7.75 each.
Item 5 – Shirt, XX-large @ $7.75 each.
Item 6 – Shirt, XXX-large @ $7.75 each.

2. Require that C. Thomas, Inc., lose eligibility to transact new business with the Board for a period of fourteen 14 months, pursuant to Board Rule 6Gx13-3C-1.08--Performance and Payment Security, Declining A Bid Award, And Bonding Company Qualifications, effective April 14, 1999.


G-78 PARTIAL AWARD OF BID #154-XX02 - LAWN EQUIPMENT, POWER

RECOMMENDED
: That The School Board of Miami-Dade County, Florida, AWARD Bid #154–XX02 – LAWN EQUIPMENT, POWER, to purchase, at firm unit prices, quantities, as may be required, of power lawn equipment, for Maintenance Materials Management stock, during the term of the bid, effective April 14, 1999, through April 13, 2000, as follows:

1. DEGEN’S TURF & GARDEN, INC.
3912 SOUTH STATE ROAD 7
MIRAMAR, FL 33023 EST. $ 25,641.00
Low Unit Price: Items 2, 7a and 7b.
Item 2 - Hedge Trimmer 30" cut @ $215 each.
Item 7a - Mower riding, w/44" deck @ $3,098 each.
Item 7b - Mower riding, w/52" deck @ $3,299 each.

2. HOMESTEAD MOWER CENTER, INC.
1000 NORTH FLAGLER AVENUE
HOMESTEAD, FL 33030 EST. $ 57,500.00
Low Unit Price: Item 5 – Mower, Riding, 30" @ $1,150 each.

3. NORTH MIAMI LAWNMOWER
855 NORTH EAST 130 STREET
NORTH MIAMI, FL 33161 EST. $ 13,437.20
Low Unit Price: Item 4 – Trimmer, mono filament @ $191.96 each.

4. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $96,578.20. The award shall be made subject to the resolution of bid protests, if any.


G-79 AWARD OF BID #155-XX11 – CCTV SECURITY SYSTEMS

G-80 SUBJECT: AWARD OF BID #157-XX09 – TOOLS, SUPPLIES AND EQUIPMENT, CUSTODIAL II

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, AWARD Bid #157–XX09 – TOOLS, SUPPLIES AND EQUIPMENT, CUSTODIAL II, to purchase, at firm unit prices, quantities, as may be required, of custodial tools, supplies and equipment, for Stores and Mail Distribution stock, during the term of the bid, effective April 14, 1999, through April 30, 2000, as follows:

1. AAA WIPING CLOTH (AM)
5030 SW 24 STREET
HOLLYWOOD, FL 33023 EST. $ 26,518.80
OWNER: JESSE L. MOLDEY
Low Unit Price: Item 31- Rags @ $11.48 per carton of
25 pounds.

2. ABC PAPER AND GROCERIES, INC.
165 WASHINGTON AVENUE
BROOKLYN, NY 11205 EST. $ 26,290.00
Low Unit Price: Items 4 and 6.
Low Unit Price Meeting Specifications: Item 5.
Item 4 - Soap dispenser @ $3.25 each.
Item 5 - Towel dispenser @ $11.45 each.
Item 6 - Bowl @ $.75 each.

3. AFP INDUSTRIES (HF)
4436 SW 74 AVENUE
MIAMI, FL 33155 EST. $ 56,212.86
OWNER: VIVIAN C. CASTELLANOS
Low Unit Price: Items 13, 32 and 34.
Low Unit Price Meeting Specifications: Items 7 and 27.
Item 7 - Scouring pad @ $6.88 per case of 36.
Item 13 - Stripping pad @ $9.33 per case of 5.
Item 27 - Brush handle @ $2.95 each.
Item 32 - Bowl mop @ $.408 each.
Item 34 - Bar soap @ $22.28 per case of 100.

4. CALICO INDUSTRIES, INC.
9045 JUNCTION DRIVE
ANNAPOLIS JUNCTION, MD 20701-2005 EST. $11,799.04
Low Unit Price: Item 36.
Low Unit Price Meeting Specifications: Item 24.
Total Low Unit Price Meeting Specification: Items
21 through 23.
Item 21 - Boots @ $19.03 per pair.
Item 22 - Boots @ $19.03 per pair.
Item 23 - Boots @ $19.03 per pair.
Item 24 - Drain brush with handle @ $14.43 each.
Item 36 - H.D. Pads @ $8.44 per case of 60.

5. GRAINGER
2255 NW 89TH PLACE
MIAMI, FL 33172 EST. $ 19,862.67
Low Unit Price: Item 26.
Low Unit Price Meeting Specifications: Items 1 and 2.
Item 1 - Scrub brush @ $15.01 each.
Item 2 - Scrub brush @ $15.01 each.
Item 26 - Respirator @ $10.75 per box of 20.

6. IDEAL SUPPLY
4321 NE 12TH TERRACE
OAKLAND PARK, FL 33334 EST. $ 95,197.00
Low Unit Price: Items 25 and 30.
Low Unit Price Meeting Specifications Items 8 and 10.
Total Low Unit Price Meeting Specifications: Items 15,
through 17.
Item 8 - Brush handle @ $7.98 each.
Item 10 - High speed pads @ $9.85 per case of 5.
Item 15 - Gloves @ $41.68 per one dozen pairs.
Item 16 - Gloves @ $41.68 per one dozen pairs.
Item 17 - Gloves @ $41.68 per one dozen pairs.
Item 25 - Hand soap @ $12.69 per 5 gallons.
Item 30 - High speed pads @ $7.60 per case of 5.

7. PYRAMID SCHOOL PRODUCTS
6510 NORTH 54TH STREET
TAMPA, FL 33610 EST. $ 21,354.96
Low Unit Price: Items 3, 12, 28, 29 and 33.
Low Unit Price Meeting Specifications: Items 9, 11, and 14.
Item 3 - Tissue dispenser @ $2.49 each.
Item 9 - Doodle bug @ $6.42 each.
Item 11 - Plunger @ $3.33 each.
Item 12 - Strippings pads @ $6.72 per case of 5.
Item 14 - Scrubbing pads @ $51.42 per case of 5.
Item 28 - Squeege handle @ $2.29 each.
Item 29 - Squeege @ $5.97 each.
Item 33 - Bags @ $15.86 each.

8. TOTAL CONNECTION, INC. (AM)
P.O. BOX 2303
OPA-LOCKA, FL 33055 EST. $ 43,978.00
OWNER: JOE ORUKOTAN
Low Unit Price Meeting Specifications: Items 38 – Detergent @ $19.99 per case.

9. TROY INDUSTRIES, INC. (AM)
1038 NW 21 TERRACE
MIAMI, FL 33127 EST. $ 4,455.60
OWNER: SANFORD LIPKIEN
Low Unit Price: Items 18, through 20.
Item 18 - Gloves @ $9.40 per one dozen pairs.
Item 19 - Gloves @ $9.40 per one dozen pairs.
Item 20 - Gloves @ $9.40 per one dozen pairs.

10. WEXFORD LAB
325 LEFFINGNELL AVENUE
KIRKWOOD, MO 63122 EST. $ 51,312.80
Low Unit Price Meeting Specifications: Item 37 – Concentrate detergent @ $116.62 per case.

11. Reject Item 35 – Paper bag

12. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $356,981.73. The award shall be made subject to the resolution of bid protests, if any.


G-81 AWARD OF BID #174-XX06 – CLASSROOM MATERIALS, CATALOG DISCOUNT

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, AWARD Bid #174–XX06 – CLASSROOM MATERIALS, CATALOG DISCOUNT, to purchase, at firm discounts, quantities, as may be required, of classroom materials, for various schools, during the term of the bid, effective April 14, 1999, through April 13, 2000, as follows:
Item 1 – Percent discount off catalog or price list using
purchase orders.
Item 2 – Percent discount off catalogs or price lists using credit
cards.

1. ABC SCHOOL SUPPLY, INC.
3312 NORTH BERKELEY LAKE ROAD
DULUTH, GA 30096
Item 1 – @ 12% discount.
Item 2 – @ 12% discount.

2. ACE EDUCATIONAL SUPPLIES, INC.
5595 SOUTH UNIVERSITY DRIVE
DAVIE, FL 33328
Item 1 – @ 10% discount.
Item 2 – @ 10% discount.

3. AFP INDUSTRIES, INC. (HF)
4436 SW 74 AVENUE
MIAMI, FL 33155
OWNER: VIVIAN CASTELLANOS
Item 1 – @ 12% discount.
Item 2 – @ 12% discount.

4. ALBANESI EDUCATIONAL CENTER
708 NORTH MACARTHUR BOULEVARD
IRVING, TX 75061
Item 1 – @ 4, 6, 8% discount.

5. AMERICAN EAGLE
D/B/A TEACHER’S DISCOVERY
2741 PALDAN DRIVE
AUBURN HILLS, MI 48326
Item 1 – @ 0% discount.
Item 2 – @ 0% discount.

6. AMFAK, INC.
3160 SW 22 STREET
MIAMI, FL 33145
Item 1 –@ 15% discount.

7. A.W. PELLER & ASSOC., INC.
P.O. BOX 106
HAWTHORNE, NJ 07507-0106
Item 1 – @ 0% discount.
Item 2 – @ 0% discount.

8. BECKLEY CARDY, A SCHOOL SPECIALTY COMPANY
100 PARAGON PARKWAY
MANSFIELD, OH 44903
Item 1 – @ 20% discount.
Item 2 – @ 20% discount.

9. BEST LABS
6541 44TH STREET NORTH, SUITE #6005
PINELLAS PARK, FL 33781
Item 1 – @ 0% discount.
Item 2 – @ 0% discount.

10. BMI EDUCATIONAL SERVICES
P.O. BOX 800
DAYTON, NJ 08810-0800
Item 1 – @ 0% discount.
Item 2 – @ 0% discount.

11. BRUCE A. ITHIER, LEPIDOPTERIST
P.O. BOX 392
BOLIVAR, PA 15923
Item 1 –@ 5% discount.

12. BSN SPORTS
P.O. BOX 7726
DALLAS, TEXAS 75209
Item 1 – @ 10% discount.
Item 2 – @ 10% discount.

13. CARLEX, INC.
P.O. BOX 81786
ROCHESTER, MI 48308
Item 1 – @ 0% discount.
Item 2 – @ 0% discount.

14. CENTRAL AUDIO VISUAL, INC.
1212 SOUTH ANDREWS AVENUE
FORT LAUDERDALE, FL 33316
Item 1 – @ 22% discount.
Item 2 – @ 22% discount.

15. CHILDCRAFT EDUCATION CORPORATION
P.O. BOX 3239
LANCASTER, PA 17604-3239
Item 1 – @ 0% discount.
Item 2 – @ 0% discount.

16. CLASSIC SCHOOL PRODUCTS
174 SEMORAN COMMERCE PLACE
SUITE A-106
APOPKA, FL 32703
Item 1 – @ 12% discount.
Item 2 – @ 12% discount.

17. COMMUNITY PRODUCTS LLC
D/B/A COMMUNITY PLAYTHINGS
P.O. BOX 255
FARMINGTON, PA 15437
Item 1 – @ 0% discount.
Item 2 – @ 0% discount.

18. CUISENAIRE COMPANY OF AMERICA, INC.
P.O. BOX 5026-10 BANK STREET
WHITE PLAINS, NY 10602
Item 1 – @ 15% discount.
Item 2 – @ 15% discount.

19. DELTA EDUCATION, INC.
P.O. BOX 3000
NASHUA, NH 03061
Item 1 – @ 0% discount.
Item 2 – @ 0% discount.

20. DEMCO, INC.
P.O. BOX 7488
MADISON, WI 53707
Item 1 – @ 3% discount.
Item 2 – @ 3% discount.

21. DICK BLICK COMPANY
P.O. BOX 26
ALLENTOWN, PA 18105
Item 1 – @ 15% discount.
Item 2 – @ 15% discount.

22. DIDAX EDUCATIONAL RESOURCES
395 MAIN STREET
ROWLEY, MA 01969
Item 1 – @ 15% discount.
Item 2 – @ 15% discount.

23. DRAGO – NEWTON SCHOOL EQUIPMENT
P.O. BOX 4868
HIALEAH, FL 33014
Item 1 – @ 10% discount.
Item 2 – @ 10% discount.

24. EARLY SCHOOL MATERIALS CO.
P.O. BOX 727
LAFAYETTE, OR 97127
Item 1 – @ 5% discount.
Item 2 – @ 5% discount.

25. EDUCATORS OUTLET
P.O. BOX 397
TIMNATH, CO 80547
Item 1 – @ 12% discount.
Item 2 – @ 12% discount.

26. ELLISON EDUCATIONAL EQUIPMENT, INC.
25862 COMMERCENTRE DRIVE
LAKE FOREST, CA 92630-8804
Item 1 – @ 5, 10 and 15% discount.
Item 2 – @ 5, 10, and 15% discount.

27. ERNIE MORRIS ENTERPRISES, INC.
P.O. BOX 818
BUSHNELL, FL 33513
Item 1 – @ 47.9, 37.9, and 29.1% discount.
Item 2 – @ 45.9, 35.9 and 27.1% discount.

28. ETA
620 LAKEVIEW PARKWAY
VERNON HILLS, IL 60061
Item 1 – @ 17% discount.
Item 2 – @ 17% discount.

29. GAIL W. BAUMAN
5435 BRANDY CIRCLE
FORT MYERS, FL 33919
Item 1 – @ 10% discount.
Item 2 – @ 10% discount.

30. GAYLORD BROTHERS
A DIVISION OF THE CROXDON COMPANY, INC.
P.O. BOX 4901
SYRACUSE, NY 13221-4901
Item 1 – @ 13% discount.
Item 2 – @ 13% discount.

31. GET SMART (WF)
P.O. BOX 56-1987
MIAMI, FL 33256 – 1987
OWNER: CAROLE BERNSTEIN
Item 1 – @ 10% discount.
Item 2 – @ 10% discount.

32. GEYER INSTRUCTIONAL AIDS COMPANY, INC.
P.O. BOX 10060
FORT WAYNE, IN 46850
Item 1 – @ 0% discount.
Item 2 – @ 0% discount.

33/ HELEN GILMORE, INC.
D/B/A HELEN GILMORE LEARNING CENTER
P.O. BOX 19015
WEST PALM BEACH, FL 33416-9015
Item 1 – @ 12% discount.
Item 2 – @ 12% discount.

34. HIGHSMITH, INC.
W5527 HIGHWAY 106
FORT ATKINSON, WI 53538
Item 1 – @ 8% discount.
Item 2 – @ 8% discount.

35. IT’S ELEMENTARY!
P.O. BOX 1151
MINNEAPOLIS, MN 55440-1151
Item 1 – @ 0% discount.
Item 2 – @ 0% discount.

36. J. L. HAMMETT COMPANY
2050 POSTAL WAY
DALLAS, TX 75212
Item 1 – @ 30% discount.
Item 2 – @ 30% discount.

37. THE JULIANA GROUP, INC.
7 DRAYTON STREET,
SUITE 208
SAVANNAH, GA 31401
Item 1 – @ 10% discount.
Item 2 – @ 7% discount.

38. LAKESHORE LEARNING MATERIALS
2695 EAST DOMINGUEZ STREET
CARSON, CA 90749
Item 1 – @ 5% discount.
Item 2 – @ 5% discount.

39. KAPLAN COMPANIES, INC.
P.O. BOX 609
LEWISVILLE, NC 27023
Item 1 – @ 15% discount.
Item 2 – @ 15% discount.

40. MAR * CO PRODUCTS, INC.
1443 OLD YORK ROAD
WARMINSTER, PA 18974
Item 1 – @ 0% discount.
Item 2 – @ 0% discount.

41. MATRIX DATA CORP.
21555 DRAKE ROAD
CLEVELAND, OH 44136
Item 1 – @ 11% discount.
Item 2 – @ 11% discount.

42. MICHAEL OLAF COMPANY
P.O. BOX 1162
ARCATA, CA 95518
Item 1 – @ 0% discount.
Item 2 – @ 0% discount.

43. MODERN CURRICULUM, INC.
4350 EQUITY DRIVE
P.O. BOX 2649
COLUMBUS, OH 43216-2649
Item 1 – @ 0% discount.
Item 2 – @ 0% discount.

44. MPI SCHOOL & INSTRUCTIONAL SUPPLIES
P.O. BOX 24155
LANSING, MI 48909
Item 1 – @ 10% discount.
Item 2 – @ 10% discount.

45. NASCO
901 JANESVILLE AVENUE
P.O. BOX 901
FORT ATKINSON, WI 53538-0901
Item 1 – @ 10% discount.
Item 2 – @ 10% discount.

46. NIENHUIS MONTESSORI USA, INC.
320 PIONEER WAY
MOUNTAIN VIEW, CA 94041
Item 1 – @ 5% discount.
Item 2 – @ 0% discount.

47. ORIENTAL TRADING COMPANY, INC.
P.O. BOX 2050
OMAHA, NE 68103-2050
Item 1 – @ 5% discount.
Item 2 – @ 5% discount.

48. FRANK PAXTON AND COMPANY
D/B/A PAXTON - PATTERSON
1003A GREENTREE EXECUTIVE CAMPUS
MARLTON, NJ 08053
Item 1 – @ 12% discount.
Item 2 – @ 12% discount.

49. PRIORITY MONTESSORI MATERIALS
3920 ‘P’ ROAD
PAONIA, CO 81428
Item 1 – @ 2% discount.
Item 2 – @ 2% discount.

50. PRUFROCK PRESS, INC.
P.O. BOX 8813
WACO, TX 76714
Item 1 – @ 0% discount.
Item 2 – @ 0% discount.

51. PYRAMID SCHOOL PRODUCTS
6510 NORTH 54TH STREET
TAMPA, FL 33810-1994
Item 1 – @ 15% discount.
Item 2 – @ 15% discount.

52. QUEEN OFFICE SUPPLIES, INC.
119 WEST 23RD STREET #903
NEW YORK, NY 10011
Item 1 – @ 5% discount.
Item 2 – @ 3% discount.

53. QUILL CORPORATION
100 SCHELTER ROAD
LINCOLNSHIRE, IL 60069
Item 1 – @ 10% discount.
Item 2 – @ 10% discount.

54. REAL-WAY, INC.
D/B/A REAL-WAY SCHOOL SUPPLY
18699 SW 107 AVENUE
MIAMI, FL 33157
Item 1 – @ 10% discount.
Item 2 – @ 10% discount.

55. REPLICAS BY TYSON
P.O. BOX 159
COVINGTON, OH 45318-0159
Item 1 – @ 0% discount.
Item 2 – @ 0% discount.

56. RHYTHM BAND INSTRUMENTS, INC.
P.O. BOX 126
FORT WORTH, TX 76101-6126
Item 1 – @ 10% discount.
Item 2 – @ 10% discount.

57. SAX ARTS & CRAFTS
2405 S. CALHOUN ROAD
NEW BERLIN, WI 53151
Item 1 – @ 20% discount.
Item 2 – @ 20% discount.

58. SCHOOL SPECIALTY
101 ALMGREN DRIVE
P.O. BOX 3004
AGAWAM, MA 01001-8004
Item 1 – @ 20% discount.
Item 2 – @ 20% discount.

59. SCHOOL STUFF, INC.
8595 COLLEGE PARKWAY
FORT MYERS, FL 33919
Item 1 – @ 16% discount.
Item 2 – @ 16% discount.

60. STECK – VAUGHN COMPANY
P.O. BOX 26015
AUSTIN, TX 78759
Item 1 – @ 0% discount.
Item 2 – @ 0% discount.

61. SPORTIME LLC
ONE SPORTIME WAY
ATLANTA, GA 30340
Item 1 – @ 10% discount.
Item 2 – @ 10% discount.

62. T.F.H. (USA) LTD
4537 GIBSONIA ROAD
GIBSONIA, PA 15044
Item 1 – @ 11.5% discount.
Item 2 – @ 12% discount.

63. THINKING WORKS
P.O. BOX 468
ST. AUGUSTINE, FL 32085
Item 1 – @ 0 -15% discount.
Item 2 – @ 0 -15% discount.

64. U.S. GAMES
BOX 117028
CARROLLTON, TX 75011-7028
Item 1 – @ 10% discount.
Item 2 – @ 10% discount.

65. US TOY COMPANY, INC.
D/B/A CONSTRUCTIVE PLAYTHINGS
13201 ARRINGTON ROAD
GRANDVIEW, MO 64030
Item 1 – @ 5% discount.
Item 2 – @ 0% discount.

66. VARON & ASSOCIATES INTERNATIONAL, CORP.
2801 SW 71ST TERRACE
SUITE 1014
DAVIE, FL 33314
Item 1 – @ 12% discount.
Item 2 – @ 12% discount.

67. VERNON LIBRARY SUPPLIES, INC.
2851 COLE COURT
NORCROSS, GA 30071
Item 1 – @ 5% discount for furniture, 13% discount for consumables.
Item 2 – @ 5% discount for furniture, 13% discount for consumables.


68. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $2,349,308.06. The award shall be made subject to the resolution of bid protests, if any.

G-82 AWARD OF BID #175-XX10 – STRIPWOOD FLOORING, REPAIR, REPLACE, AND REFINISH

G-83 CORRECTION OF AWARD OF BID #177-XX04-NETWORK CONNECTIVITY DEVICES

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, CORRECT THE AWARD OF Bid #177-XX04 – NETWORK CONNECTIVITY DEVICES, to establish a contract, to purchase, at firm unit prices, quantities, as may be required, of network connectivity devices, for the Office of Information Technology, during the term of the bid, effective April 14, 1999, through June 30, 2000, as follows:

TERMINATE

1. COMARK
218 EAST ORANGE AVENUE
LAKE WALES, FL 33853
Item 2 – Bay Networks, USA @ 38% discount.
Balance of line @ 30% discount.

RE-AWARD

2. THE PRESIDIO CORPORATION

1215 NE 171 TERRACE
MIAMI, FL 33162
Item 2 – Bay Networks, USA @ 45% discount.

G-84 BALANCE OF AWARD OF BID #181-XX06 – ART SUPPLIES

G-85 AWARD OF BID #182-XX09 M/WBE – TOWELS, BATH

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, AWARD Bid #182–XX09M/WBE – TOWELS, BATH, to purchase, at a firm unit price, quantities, as may be required, of bath towels, for Stores and Mail Distribution stock, during the term of the bid, effective June 10, 1999, through June 30, 2000, as follows:

1. DISTRICT HEALTHCARE & JANITORIAL SUPPLY (AM)
10302 NW SOUTH RIVER DRIVE BAY #24
MEDLEY, FL 33178 EST. $ 38,610.00
OWNER: KENNETH HOPKINS
Low Unit Price Meeting Specifications: Only Item – Bath towels @ $23.40/dozen.

2. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $38,610. The award shall be made subject to the resolution of bid protests, if any.


G-86 AWARD OF BID #183-XX09 – PRINTING OF STUDENT CASE MANAGEMENT FORMS

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, AWARD Bid #183–XX09 – PRINTING OF STUDENT CASE MANAGEMENT FORMS, to purchase, at firm unit prices, quantities, as may be required, of student case management forms, for Stores and Mail Distribution stock, during the term of the bid, effective April 14, 1999, through March 31, 2000, as follows:

1. CIRO B. SOSA
D/B/A FUTURA ADVERTISING
120 CIBAO COURT
CORAL GABLES, FL 33134 EST. $ 91,819.00
Low Unit Price: Items 1 and 2.
Item 1 – Referral Forms @ $46.20/1000.
Item 2 – Student Services Forms @ $58.40/1000.

2. Authorize
the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $91,819. The award shall be made subject to the resolution of bid protests, if any.

G-87 AWARD OF BID #185-XX09 M/WBE – CLEANER, SPRAY AND WIPE

RECOMMENDED
: That The School Board of Miami-Dade County, Florida, AWARD Bid #185–XX09M/WBE – CLEANER, SPRAY AND WIPE, to purchase, at a firm unit price, quantities, as may be required, of spray and wipe cleaner, for Stores and Mail Distribution stock, during the term of the bid, effective April 14, 1999, through April 30, 2000, as follows:

1. REX CHEMICAL CORPORATION (WF)
2270 NW 23RD STREET
MIAMI, FL 33142 EST. $ 35,612.50
OWNER: BETTY GRANJA
Low Unit Price Meeting Specifications: Only Item – Cleaner @ $9.25 / case of 12.

2. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $35,612.50. The award shall be made subject to the resolution of bid protests, if any.


G-88 AWARD OF BID #201-XX10 – WATER-BASED FIRE PROTECTION SYSTEM SERVICE CONTRACT
G-89 RENEWAL OF BID #208-VV04 – COMPUTERS, PERIPHERALS, AND SOFTWARE

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, RENEW Bid #208-VV04 – COMPUTERS, PERIPHERALS AND SOFTWARE, to establish a contract, to purchase, at firm discounts, as listed on the attached list and made a part hereof, computers, peripherals and software, for various locations, during the term of the bid, effective May 12, 1999, through August 11, 1999, as follows:

1. A PLUS COMPUTER SERVICE, INC.
3998 NW 167TH STREET
MIAMI, FL 33054

2. ABC COMPUTERS, INC. (HF)
1915 NW 82ND AVENUE
MIAMI, FL 33126
OWNER: LILLIAN KRAZIEM

3. APPLE COMPUTER, INC.
2420 RIDGEPOINT DRIVE
AUSTIN, TX 78754

4. COMARK GOVERNMENT & EDUCATION SALES
218 EAST ORANGE AVENUE
LAKE WALES, FL 33853

5. COMPULAB, INC.
7340 SW 48 STREET, #107
MIAMI, FL 33155

6. COMP U.S.A., INC.
8851 SW 136TH STREET
MIAMI, FL 33176

7. DALY COMPUTERS, INC.
1419 FOREST DRIVE
SUITE 208
ANNAPOLIS, MD 21403

8. DELL MARKETING, L.P.
ONE DELL WAY
ROUND ROCK, TX 78682

9. EDUCATIONAL RESOURCES
1550 EXECUTIVE DRIVE
ELGIN, IL 60123

10. EDUTEK EDUCATION SOLUTIONS, INC.
3499 NW 97TH BLVD, #11
GAINESVILLE, FL 32606

11. I.C.E. INTERWORLD COMMUNICATION ENTERPRISES
8809 NW 23RD STREET
MIAMI, FL 33172

12. IKON OFFICE SOLUTIONS, INC.
14101 COMMERCE WAY
MIAMI LAKES, FL 33016

13. INACOM CORPORTION
555 WINDERLY PLACE
SUITE 105
MAITLAND, FL 32751

14. L & K MICRO SUPPLY
580 CHARCOT AVENUE
SAN JOSE, CA 95131

15. MEGABYTE INTERNATIONAL CORP.
5610 W. SLIGH AVENUE
TAMPA, FL 33634

16. MICROAGE
2205 NW 79TH AVENUE
MIAMI, FL 33122

17. MON-WAL, INC. D/B/A IKON OFFICE SOLUTIONS TECHNOLOGY SERVICES
5050 W. LEMON STREET
TAMPA, FL 33609

18. MTX, INC.
3301 TERMINAL DRIVE
RALEIGH, NC 27604

19. MULTIWAVE TECHNOLOGY
15318 E. VALLEY BLVD.
INDUSTRY, CA 91746

20. R.S. COMPUTER SALES, INC.
2700 SW 3RD AVENUE, #2F
MIAMI, FL 33129

21. SEANIX, INC.
12401 HYMEADOW DRIVE #1-B
AUSTIN, TX 78750

22. SCANTRON QUALITY COMPUTERS
20200 NW MILL ROAD
ST. CLAIR SHORES, MI 48080

23. TAMAYO & ASSOCIATES, INC.
7344 SW 48TH STREET, #102
MIAMI, FL 33155

24. TECHNICAL TRAINING AIDS, INC.
2630 ALOE AVENUE
COCONUT CREEK, FL 33063

25. THE MEGG CORPORATION
120 D OLD MILL ROAD
GREENVILLE, SC 29605

26. TIGER CORPORATE DIRECT
1100 PERIMETER PARK W. #118
MORRISVILLE, NC 27560

27. UNITED BUSINESS CORPORATION
8095 NW 98TH STREET
MIAMI, FL 33016

28. USI CORP. D/B/A MAC CENTER
3343 W. COMMERCIAL BLVD, #103
FT. LAUDERDALE, FL 33309

29. VIRTUCOM, INC.
2060 E. EXCHANGE PLACE #228
TUCKER, GA 30084

30. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $6,227,787. The award shall be made subject to the resolution of bid protests, if any.



H.OFFICE OF DEPUTY SUPERINTENDENT OF SCHOOLS


H-21 AUTHORIZATION TO ACCEPT A DECLARATION OF RESTRICTIONS FOR APPLICATION NO. 98-349, REVEREND JOHN C. FAVALORA, FOR A VOLUNTARY CONTRIBUTION IN ADDITION TO EDUCATIONAL FACILITIES IMPACT FEES

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize the acceptance of a Declaration of Restrictions for Application No. 98-349, Reverend John C. Favalora, for a voluntary contribution in addition to educational facilities impact fees, under the terms and conditions set forth.

H-22 AUTHORIZATION TO ENTER INTO A LEASE AGREEMENT WITH THE DEPARTMENT OF JUVENILE JUSTICE FOR THE CONSTRUCTION AND OPERATION OF A JUVENILE JUSTICE FACILITY ON VACANT BOARD-OWNED LAND

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize the Superintendent or his designee to:

1. terminate the current lease agreement between the Board and Walden Community School, Inc., effective immediately; and
2. execute a lease agreement with the Department of Juvenile Justice, for the construction and operation of a juvenile justice facility on vacant Board-owned land, under terms and conditions set forth above. The new lease agreement will commence concurrent with the execution of a Cooperative Agreement between the Board and Walden Community School, Inc., for the use of four placement slots at the Walden facility, at no cost to the District.


H-23 AUTHORIZATION TO ENTER INTO A LEASE AGREEMENT WITH RONALD J. DORRIS FOR SPACE FOR THE MIGRANT PROGRAMS OFFICE

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize the Superintendent or his designee to execute a lease agreement with Ronald J. Dorris, for the Migrant Programs Office at an annual rental amount of $19,889.22, and under the terms and conditions set forth.

H-24 AUTHORIZATION TO EXECUTE A JOINT OPERATING AGREEMENT WITH MIAMI-DADE COUNTY FOR THE USE OF THE BASEBALL FIELD AT CYPRESS ELEMENTARY SCHOOL

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize the Superintendent or his designee to execute a Joint Operating Agreement with Miami-Dade County for the use of the existing baseball field at Cypress Elementary School, under the terms and conditions set forth.

H-25 RENEWAL OF LEASE AGREEMENT WITH MIAMI-DADE COUNTY FOR THE NORTHEAST TRANSPORTATION CENTER

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize the renewal of the lease agreement with Miami-Dade County for the Northeast Transportation Center, at an annual rental rate of $1.00. The term of the renewal option period will commence July 1, 1999, and will end June 30, 2000. All other terms and conditions of the lease agreement will remain unchanged.

H-26 RENEWAL OF LEASE AGREEMENT WITH MIAMI-DADE COUNTY FOR THE SCIENCE/ZOO MAGNET PROGRAM

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize the renewal of the lease agreement with Miami-Dade County for the use of facilities at Metro zoo for the Science/Zoo Magnet Program, at an annual lease rate of $14,400. The term of the renewal option period will commence June 1, 1999, and will end May 31, 2000. All other terms and conditions of the lease agreement will remain unchanged.

H-27 RENEWAL OF LICENSE AGREEMENT WITH THE CITY OF MIAMI FOR THE USE OF SIX CITY OF MIAMI PARKS

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize the renewal of the license agreement with The City of Miami for the use of six City of Miami parks, with the Board to reimburse the City for 60% of its actual costs. The term of the renewal option period will commence October 1, 1999, and will end September 30, 2000. All other terms and conditions of the license agreement will remain unchanged.

H-28 REIMBURSEMENT TO THE CITY OF SOUTH MIAMI FOR THE USE OF SOUTH MIAMI PARK

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize the payment of $14,578.58 to the City of South Miami, for the use of South Miami Park, for the period of October 1, 1998, through September 30, 1999.

H-29 AUTHORIZATION TO NEGOTIATE FOR THE PURCHASE OF LAND FOR THE CONSTRUCTION OF STATE SCHOOL "UU1"

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize the Superintendent or his designee to secure appraisals, surveys and environmental assessments for certain lands within Miami-Dade County, Florida, as described and to negotiate for the purchase of same.

H-30 GRANT OF EASEMENT TO BELLSOUTH TELECOMMUNICATIONS, INC., AT THE GLORIA FLOYD ELEMENTARY SCHOOL SITE

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize the Chair and the Secretary to execute a grant of easement agreement with BellSouth Telecommunications, Inc., in considera-tion of a payment of $25,000, for the installation of a Controlled Environment Vault on the southwest comer of the Gloria Floyd Elementary School site.

H-31 GRANT OF TRAFFIC SIGNAL EASEMENTS TO MIAMI-DADE COUNTY, AT THE HOWARD A. DOOLIN MIDDLE SCHOOL SITE

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize the Chair and the Secretary to execute a grant of easement agreement with Miami-Dade County for the provision of two easements along the western property line of the Howard A. Doolin Middle School site.


I.DEPUTY SUPERINTENDENT: MANAGEMENT AND ACCOUNTABILITY


I-1 INTERNAL AUDIT REPORT - AUDIT OF THE INTERNAL FUNDS OF SELECTED REGION VI SCHOOLS, MARCH 1999, PRESENTED BY THE OFFICE OF MANAGEMENT AND COMPLIANCE AUDITS

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, receive and file the Internal Audit Report - Audit of the Internal Funds of Selected Region VI Schools, March 1999, presented by the Office of Management and Compliance Audits.

I-2 INTERNAL AUDIT REPORT - AUDIT OF THE INTERNAL FUNDS OF SELECTED VOCATIONAL/ADULT EDUCATION CENTERS, MARCH 1999, PRESENTED BY THE OFFICE OF MANAGEMENT AND COMPLIANCE AUDITS

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, receive and file the Internal Audit Report - Audit of the Internal Funds of Selected Vocational/Adult Education Centers, March 1999, presented by the Office of Management and Compliance Audits.

I-3 INTERNAL AUDIT REPORT - REVIEW OF VENDING MACHINE OPERATIONS AT THE SCHOOLS, FEBRUARY 1999, PRESENTED BY THE OFFICE OF MANAGEMENT AND COMPLIANCE AUDITS

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, receive and file the Internal Audit Report - Review of Vending Machine Operations at the Schools, February 1999, presented by the Office of Management and Compliance Audits.

I-4 INTERNAL AUDIT REPORT - AUDIT OF THE DADE COALITION FOR COMMUNITY EDUCATION, INC., FOR THE FISCAL YEAR ENDED JUNE 30, 1996, PRESENTED BY THE OFFICE OF MANAGEMENT AND COMPLIANCE AUDITS

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, receive and file the Internal Audit Report - Audit of the Dade Coalition for Community Education, Inc., for the Fiscal Year Ended June 30, 1998, presented by the Office of Management and Compliance Audits.

I-5 INTERNAL AUDIT REPORT - AUDIT OF THE DADE SCHOOLS ATHLETIC FOUNDATION, INC. FOR THE FISCAL YEAR ENDED JUNE 30.1998, PRESENTED BY THE OFFICE OF MANAGEMENT AND COMPLIANCE AUDITS

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, receive and file the Internal Audit Report - Audit of the Dade Schools Athletic Foundation, Inc., for the Fiscal Year Ended June 30, 1998, presented by the Office of Management and Compliance Audits.

I-6 PRE-QUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION

RECOMMENDED:
That The School Board of Miami-Dade County, Florida:
a. approve the list of contractors for pre-qualification, and authorize the Superintendent to issue a certificate to each contractor, certifying pre-qualification for a period of one (1) year; and
b. approve the list of contractors not eligible for pre-qualification at this time, and authorize the Superintendent to officially inform each contractor of such ineligibility.


J.CHIEF FACILITIES OFFICER: FACILITIES PLANNING AND CONSTRUCTION


J-1 COMMISSIONING OF KVH ARCHITECTS, P.A. TO PROVIDE ARCHITECTURAL/ENGINEERING PROJECTS CONSULTANT (A/EPC) SERVICES FOR A TWO-YEAR TERM FOR MISCELLANEOUS PROJECTS WITH AN ESTIMATED CONSTRUCTION COST UP TO $500,000 EACH

RECOMMENDED:
That The School Board of Dade County, Florida commission the firm of KVH Architects, P.A. to provide Architectural/ Engineering Projects Consultant (A/EPC) services for a two-year period, commencing April 16, 1999 through April 15, 2001 for miscellaneous projects with an estimated construction cost up to $500,000 each.

J-2 COMMISSIONING OF TURNER CONSTRUCTION COMPANY AS CONSTRUCTION MANAGEMENT (CM) AT-RISK FOR AN ADDITION AT ROBERT MORGAN VOCATIONAL SCHOOL (S/S "HHH")
PROJECT # A-0707; A-0707A

J-3 COMMISSIONING OF GILl-MCGRAW ARCHITECTS, AS DESIGN CRITERIA PROFESSIONAL (DCP) FOR THE ADDITIONS AND RENOVATIONS PROJECT AT BROWNSVILLE MIDDLE SCHOOL
PROJECT # A-0723: A-0723A

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, commission the firm of Gili-McGraw
Architects, to prepare and administer design criteria package for Brownsville Middle School for the following considerations:

1. lump sum fee of $150,168 which represents 2.97% of the construction cost;
2. additional lump sum fees for the following consulting services:
a. $5,000 for traffic engineering, and
b. $12,500 for food services;

3. at the Board's option, the DCP will provide 80 site visits for a fee of $17,000;
4. the multiplier for hourly compensation was limited to 2.45 for extra work; and
5. the Project Architect will maintain at least a $1,000,000 blanket Professional Liability insurance policy.


J-4 COMMISSIONING OF REYNOLDS, SMITH AND HILLS, INC., AS DESIGN CRITERIA PROFESSIONAL (DCP) FOR THE CONVERSION OF L.C. EVANS ELEMENTARY SCHOOL INTO A K-8 FACILITY (MLC "GG1") AND THE ADDITION AT WEST MIAMI MIDDLE SCHOOL (S/S "CC1")
PROJECT # A-0724; A-0738

RECOMMENDED:
That The School Board of Miami-Dade County, Florida commission the firm of Reynolds, Smith and Hills, Inc., to prepare and administer the design criteria package for the conversion of L.C Evans Elementary School into a K-8 Facility (MLC "GG1"); and the addition at West Miami Middle School (S/S/ "CC1") for the following considerations:

1. a lump sum basic fee of $147,000 which represents 3.36% of the construction cost for services at MLC "GG1"; and a lump sum basic fee of $142,000 which represents 3.70% of the construction cost for services at S/S "CC1";
2. additional lump sum fees were negotiated for the following consulting services:
a. $5,000 per site for traffic engineering;
b. $5,000 for food services at MLC "GG1";

3. at the Board's option, the DCP will provide 80 site visits per site for a fee of $34,000 for the duration of the construction process;
4. the multiplier for hourly compensation was limited to 2.45 for extra work; and
5. the Project Architect will maintain at least a $1,000,00 blanket Professional Liability insurance policy.


J-5 REQUEST FOR AUTHORIZATION TO ACCEPT AND USE PARKING FINE MONEY

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

1. accept and use parking fine money in the amount of $2,134.99, generated from the misuse of specially-marked parking spaces for the disabled, to remove architectural barriers and provide access to disabled individuals: and
2. authorize the Superintendent to use capital outlay funds currently budgeted for this purpose to meet the 50% matching requirements.


J-6 APPROVAL OF AN EXCEPTION TO THE STANDARD SITE SIZE FOR VARIOUS SCHOOLS

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

1. approve the exception to the existing site size for the educational facility referenced herein; and
2. authorize the Superintendent to submit to the Commissioner of Education at the Florida Department of Education, the Board-approved site exception for the educational facility referenced herein.


J-7 CONTRACT AWARD
PROJECT NO. A-0517-CM
ADDITIONS, REMODELING AND RENOVATIONS
VILLAGE GREEN ELEMENTARY SCHOOL
122765 SW 34 STREET, MIAMI, FLORIDA

J-8 CHANGE ORDER NO. 10
PROJECT NO. A-0408
ADDITIONS, REMODELING AND RENOVATIONS
CAROL CITY ELEMENTARY SCHOOL
4375 NW 173 DRIVE, CAROL CITY, FLORIDA

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, confirm Change Order No. 10 on Project No. A-0408, Additions, Remodeling and Renovations, Carol City Elementary School for a credit of $262,148.

J-9 CHANGE ORDER NO. 6
PROJECT NO. A-0426
ADDITIONS, REMODELING AND RENOVATIONS
GREYNOLDS PARK ELEMENTARY SCHOOL
1536 NE 179 STREET, NORTH MIAMI BEACH, FLORIDA

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, confirm Change Order No. 6 on Project No. A-0426, Additions, Remodeling and Renovations, Greynolds Park Elementary School, for an extra of $41,499.

J-10 FINAL CHANGE ORDER NO. 3
PROJECT NO. A-0433
ADDITIONS, REMODELING AND RENOVATIONS
SOUTHWEST MIAMI SENIOR HIGH
8855 SW 50 TERRACE, MIAMI, FLORIDA

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, confirm/approve Final Change Order No. 6 on Project No. A-0433, Additions, Renovations and Remodeling, Southwest Miami Senior High School, for an extra of $ 54,025 and a time extension of 34 days.

J-11 CHANGE ORDER NO. 4
PROJECT NO. A-0442
DESIGN-BUILD ELEMENTARY SCHOOL
LINDA LENTIN ELEMENTARY SCHOOL
14312 NE 2 COURT, MIAMI, FLORIDA

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, confirm Change Order No. 4 on Project No. A-0442, Design-Build Elementary School, Linda Lentin Elementary School, for an extra of $53,569.

J-12 CHANGE ORDER NO. 3
PROJECT NO. A-0498
ADDITIONS/REMODELING/RENOVATIONS
FLAMINGO ELEMENTARY SCHOOL
701 EAST 33 STREET, HIALEAH, FLORIDA

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, confirm Change Order No. 3 on Project No. A-0498, Additions/ Remodeling/Renovations, Flamingo Elementary School, for an extra of $89,097.

J-13 CHANGE ORDER NO. 8
PROJECT NO. A-0540
ADDITIONS, REMODELING AND RENOVATIONS
HOMESTEAD SENIOR HIGH SCHOOL
2351 SE 12 AVENUE, HOMESTEAD, FLORIDA

RECOMMENDED
: That The School Board of Miami-Dade County, Florida, confirm Change Order No. 8 on Project No. A-0540, Additions, Remodeling and Renovations, Homestead Senior High School, for an extra of $20,303.

J-14 CHANGE ORDER NO. 7
PROJECT NO. A-0568
ADDITIONS, REMODELING AND RENOVATIONS
KEY BISCAYNE ELEMENTARY SCHOOL
150 W MCINTIRE STREET, KEY BISCAYNE, FLORIDA

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, confirm/ approve Change Order No. 7 on Project No. A-0568, Additions, Remodeling and Renovations, Key Biscayne Elementary School, for an extra of $120,660 and a time extension of 30 days.

J-15 CHANGE ORDER NO. 6
PROJECT NO. A-0569/A-0570
ADDITIONS AND RENOVATIONS
HIALEAH MIDDLE/AMELIA EARHART ELEMENTARY SCHOOL
6027/5987 EAST 7 AVENUE, HIALEAH, FLORIDA

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, confirm/ approve Change Order No. 6 on Project No. A-0569/A-0570, Additions and Renovations, Hialeah Middle/Amelia Earhart Elementary School for an extra of $154,070 and a time extension of 63 days.

J-16 CHANGE ORDER NO. 1
PROJECT NO. I-0135
VARIOUS RENOVATIONS
NORTH COUNTY ELEMENTARY SCHOOL
3250 NW 207 STREET, OPA LOCKA, FLORIDA

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, confirm/approve Change Order No. 1 on Project No. I-0135, Various Renovations, North County Elementary School, for an extra of $92,864 and a time extension of 39 days.

J-17 CHANGE ORDER NO. 3
PROJECT NO. KV-0060
DESIGN-BUILD RENOVATIONS
MARJORY S. DOUGLAS ELEMENTARY SCHOOL S/S "C-1"
11901 SW 2 STREET, MIAMI, FLORIDA

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, confirm/ approve Change Order No. 3 on Project No. KV-0060, Design-Build Renovations, Marjory S. Douglas Elementary S/S "C-1", for an extra of $182,598 and a time extension of 15 days.

J-18 RENEWAL OF CONTRACTUAL AGREEMENT WITH
PASS INTERNATIONAL, INC.
JOB ORDER CONTRACTS (JOC)
DETAILED REPAIRS AND CONSTRUCTION TASKS
(ORIGINAL CONTRACT NO. JOC98-AE)
(RENEWAL #1 CONTRACT NO. JOC99-AE-1)

RECOMMENDED:
That The School Board of Miami-Dade County, Florida authorize the Superintendent to renew the contractual agreement with Pass International Inc., Contract No. JOC99-AE-1, with revised Adjustment Factors, commencing on the date that the current contract meets the maximum value or on April 15, 1999, whichever occurs first.

J-19 RENEWAL OF CONTRACTUAL AGREEMENT WITH
VRV CONSTRUCTION CORP. (W)
JOB ORDER CONTRACTS (JOC)
DETAILED REPAIRS AND CONSTRUCTION TASKS
(ORIGINAL CONTRACT NO. JOC98-AD)
(RENEWAL #1 CONTRACT NO. JOC99-AD-1

RECOMMENDED:
That The School Board of Miami-Dade County, Florida authorize the Superintendent to renew the contractual agreement with VRV Construction Corp., Contract No. JOC99-AD-1, with revised Adjustment Factors, commencing on the date that the current contract meets the maximum value or on April 15, 1999, whichever occurs first.

J-20 RENEWAL #2 OF CONTRACTUAL AGREEMENT WITH H.A. CONTRACTING CORP.
JOB ORDER CONTRACTS (JOC)
DETAILED REPAIRS AND CONSTRUCTION TASKS
(ORIGINAL CONTRACT NO. JOC97-W)
(RENEWAL #1 CONTRACT NO. JOC98-AB)
(RENEWAL #2 CONTRACT NO. JOC99-AB-2)

RECOMMENDED
: That The School Board of Miami-Dade County, Florida authorize the Superintendent to renew the contractual agreement with H.A. Contracting Corp., Contract No. JOC99-AB-2, with revised Adjustment Factors, commencing on the date that the current contract meets the maximum value or on May 7, 1999, whichever occurs first.


K.OFFICE OF SCHOOL BOARD ATTORNEY


K-1 PROVISION OF DEFENSE COUNSEL TO MARION ROGERS IN THE CASE OF NELDA THOMAS v. MILLIE FORNELL, ET AL., County Court Case No. 99-993-SP 26(1)

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize the Office of the School Board Attorney to provide for the defense of Marion Rogers in the case of Nelda Thomas v. Millie Fornell, et al., County Court Case No. 99-993 SP 26 (1).

K-2 DEFENSE OF BOARD MEMBERS, SUPERINTENDENT AND DEPUTY SUPERINTENDENT

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize reimbursement up to the amount of $2,500 to School Board members or employees for expenses incurred in the Sunshine investigation initiated by the State Attorney's Office in November of 1998, or, in the alternative, pay the attorneys representing these individuals this amount directly, payment to be made upon presentation of an invoice or receipt from the attorney.

K-20 PROPOSED AMENDMENT OF BOARD RULE: INITIAL READING
6Gx13-7E-1.02, EDUCATIONAL FACILITIES--NAMING

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, authorize the Superintendent to initiate rulemaking proceedings in accordance with the Administrative Procedure Act to amend Board Rule 6Gx13-7E-1.02, Educational Facilities—Naming.


L.OFFICE OF SCHOOL BOARD MEMBERS CORRESPONDENCE, REPORTS AND OTHER INFORMATION


L-1 CORRESPONDENCE, REPORTS AND OTHER INFORMATION
Individual Board members may present correspondence addressed to them, reports from various committees on which they serve as School Board liaison, and other education related information of interest to the public.
This item is pre-taped and will be aired upon conclusion of the Board meeting.


/nc
3.31.99

AGENDA SECTION
| A | B | C | D | E | F | G | H | I | J | K | L | M |

 

M-DCPS School BoardBack to The School Board Page M-DCPS Homepage Return to M-DCPS Homepage

E-Mail comments to sbab@info.dade.k12.fl.us