CHANGES TO MEETING AGENDA
AS OF 05-17-00

The School Board publishes complete and summary versions of its meeting agendas. Changes to the summary agenda for the next Board meeting are provided below.

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 4:30 p.m.. Telephone 995-1128.

Note

In addition to viewing these summary agenda changes, 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AGENDA ITEMS WITHDRAWN AFTER PUBLICATION OF THE AGENDA:

B-2 REQUEST FOR APPROVAL OF RESOLUTION NO. 00-16 OF THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA, HONORING MR. CLIFFORD E. LAGUERRE FOR HIS ADVOCACY OF STUDENT CONFLICT RESOLUTION PROGRAMS AND HIS LEADERSHIP ROLE IN ESTABLISHING THE PROUD PEACE AWARDS

Mr. Clifford E. LaGuerre, teacher and counselor, has dedicated his life to the education of children and teaching them the skills for peacefully resolving conflict. As a former member of the district;s advisory committee on multicultural programs, he helped establish the PROUD Peace Awards, which honor outstanding achievers in peaceful conflict resolution. PROUD is an acronym for Peacefully Resolving Our Unsettled Differences and is the name of Miami-Dade County Public Schools' conflict resolution/management and mediation project.

ACTION PROPOSED BY DR. ROBERT B. INGRAM: That The School Board of Miami-Dade County, Florida, approve Resolution No. 00-16 of The School Boards of Miami-Dade County, Florida, honoring Mr. Clifford E. LaGuerre for his advocacy of student conflict resolution programs and his leadership role in establishing the PROUD Peace Awards.

E-5 APPOINT AND ASSIGN:
COORDINATOR I
SYSTEMS AND PROGRAMS

The following recommendation is made in accordance with the Miami-Dade County Public Schools/Dade County Schools Administrators’ Association labor contract.

G-103 AWARD OF BID #163-ZZ11 - AUDIOVISUAL TELEVISION, RADIO STUDIO EQUIPMENT, CCTV AND PERIPHERALS CATALOG DISCOUNT

The purpose of this bid, opened on March 30, 2000, is to establish a contract to purchase, at firm discounts, quantities, as may be required, of audiovisual television, radio studio equipment, CCTV and peripherals, for use by various schools and departments. A recommendation will be presented to the Board prior to its meeting of May 17, 2000.

J-47 AMENDMENT TO AGREEMENTS WITH DESIGN AND CONSTRUCTION TERM CONSULTANTS FOR FIRE SAFETY RELATED WORK ASSIGNMENTS

During the Board’s Conference Session of May 17, 2000, Facilities Planning & Construction presented its “Plan of Action” for promptly executing fire safety work at various schools. The plan’s expeditious process makes it necessary to amend existing term contracts for the execution of the work. The assignment of projects will require the Board’s approval in several areas as outlined below:

RECOMMENDED: That The School Board of Miami-Dade County, Florida, amend agreements with existing design and construction term consultants for fire safety related work assignments, as follows:

Revised Item Withdrawn


AGENDA ITEMS ADDED AFTER PUBLICATION OF THE AGENDA:

K-3 ACCEPTANCE OF RESIGNATION
THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA v. PEDRO
GARCIA-HOED - DOAH CASE NO. 99-3781

At its regularly scheduled meeting of August 25,1999, the School Board took action to suspend and dismiss teacher Pedro Roman Garcia-Hoed from all employment for just cause, gross insubordination and incompetency. The teacher requested a hearing which is scheduled for May 23-24, 2000. On May 15, 2000, the teacher tendered his resignation from Miami-Dade County Public Schools.

RECOMMENDED: That The School Board of Miami-Dade County, Florida accept the resignation of Pedro R. Garcia-Hoed, teacher at Village Green Elementary School, effective May 17, 2000, at the close of the workday.

AGENDA ITEMS REVISED AFTER PUBLICATION OF THE AGENDA:

A-1 REPORT ON THE 2000 LEGISLATIVE SESSION

Staff from Legislative and Labor Relations will make a presentation at the Board meeting to brief members regarding key results of the legislative session.

A-2 CLOSED CAMPUS IMPLEMENTATION PLANS

At the Board meeting of October 20, 1999, The Board directed the Superintendent of Schools to submit a Closed Campus Implementation Plan to the Board at its regularly scheduled meeting of May 17, 2000. The Closed Campus Implementation Plans were submitted by the senior high school principals and reviewed by the region offices. All plans included input from leadership teams, students, teachers and parents, as well as business and community members. In view of the directions from the Board and budgetary constraints with regard to needed construction, food service equipment and the recurring cost of personnel, the following directions will be implemented for the Closed Campus Plan:

RECOMMENDED: That The School Board of Miami-Dade County, Florida, approve the Closed Campus Implementation Plan to close all senior high school campuses by the opening of the 2004-2005 school year.

C-8 REQUEST FOR AUTHORIZATION FOR THE SUPERINTENDENT TO SUPPORT THE FORTY-FIRST ANNUAL FLORIDA ASSOCIATION FOR SUPERVISION AND CURRICULUM DEVELOPMENT CONFERENCE ENTITLED “CHARTING THE COURSE FOR SUCCESSFUL SCHOOL REFORM,” AT NO COST TO THE DISTRICT, OCTOBER 12-13, 2000

The Florida Association for Supervision and Curriculum Development (FASCD) is a statewide professional organization committed to educational excellence through improved instruction, supervision, and curriculum development. It is one of Florida’s oldest professional associations and has been affiliated with the Association for Supervision and Curriculum Development (ASCD) since 1946.

RECOMMENDED: That The School Board of Miami-Dade County, Florida, authorize the Superintendent to support the forty-first annual Florida Association for Supervision and Curriculum Development conference entitled “Charting the Course for Successful School Reform,” October 12-13, 2000.

No local funds are required.

C-9 REQUEST FOR AUTHORIZATION TO APPROVE THE DISTRICT’S OPPORTUNITY SCHOLARSHIP PROGRAM IMPLEMENTATION PLAN TO FULFIL THE INTENT OF SECTION 229.0537. FLORIDA STATUTES

On June 21, 1999, the A+ Education Plan to Improve Public Schools, commonly referred to as the A+ Plan, was signed into law. In accordance with the terms of the A+ Plan, students enrolled in or assigned to a school designated as grade category “F” (Level I) for any two school years in a four-year period are eligible to participate in the Opportunity Scholarship Program (OSP), Section 229.0537, Florida Statutes.

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

1. approve the district’s Opportunity Scholarship Program Implementation Plan to fulfil the intent of Section 229.0537, Florida Statutes; and
2. authorize the Superintendent to amend the plan, as necessary, to conform to changes in the legislation or as required by Court ruling.

E-2 APPOINTMENTS AND LATERAL ASSIGNMENTS OF MANAGERIAL EXEMPT, PROFESSIONAL, AND TECHNICAL PERSONNEL FOR 1999 - 2000

The following recommendations are made in accordance with Board Rules 6Gx134l 2.16,6Gx13-4A-1.161, and the Miami-Dade County Public Schools Dade County Schools Administrators’ Association labor contract.

RECOMMENDED: That The School Board of Miami-Dade County, Florida, approve the recommendations as set forth above for appointments and lateral transfers, to be effective May 18, 2000, or as soon thereafter as can be facilitated.

E-4 APPOINT AND ASSIGN:
COORDINATOR I,
TRANSPORTATION OPERATIONS

The following recommendation is made in accordance with the Miami-Dade County Public Schools/Dade County Schools Administrators’ Association labor contract.

This open budgeted position is due to the lateral transfer of the incumbent.

RECOMMENDED: That The School Board of Miami-Dade County, Florida, appoint Mr. John E. Cox, currently an Administrative Assistant I, Transportation Operations, pay grade 34, to the open, budgeted position of Coordinator I, Transportation Operations, pay grade 40, 12 months, and assign to the Department of Transportation, effective May 18, 2000, or as soon thereafter as can be facilitated.

Revised 2


E-4 APPOINT AND ASSIGN:
COORDINATOR I,
TRANSPORTATION OPERATIONS

The following recommendation is made in accordance with the Miami-Dade County Public Schools/Dade County Schools Administrators’ Association labor contract.

This open budgeted position is due to the lateral transfer of the incumbent.

Mr. Manuel Gomez, currently a Building Manager Specialist, Building Operations, pay grade 38, is recommended for appointment to the open, budgeted position of Coordinator I, Transportation Operations, pay grade 40, Department of Transportation. From 1991 to 1994, Mr. Gomez was employed by Dynair Services, Inc., Miami, Florida, as a Personnel Manager and an Aircraft Services Manager. Since 1994 to the present, Mr. Gomez has been employed by Miami-Dade County Public Schools as a Building Manager Specialist, his current position.

RECOMMENDED: That The School Board of Miami-Dade County, Florida, appoint Mr. Manuel Gomez, currently a Building Manager Specialist, pay grade 38, to the open, budgeted position of Coordinator I, Transportation Operations, pay grade 40, 12 months, and assign to the Department of Transportation, effective May l8, 2000, or as soon thereafter as can be facilitated.

E-18 ACCEPTANCE OF RESIGNATION

Prior to notification to Ms. Sheryl L. Holden, from the Superintendent of Schools, that she would be recommended for dismissal on May 17, 2000, for just cause, including, but not limited to, deficient performance of job responsibilities, conduct unbecoming a School Board Employee, violation of School Board Rules 6Gx13-4A-1.21, Responsibilities and Duties, and 6Gx13-3E-1.10, Transportation-Specific Procedures, Ms. Holden has submitted a resignation from the Miami-Dade County Public Schools, effective May 2, 2000.

RECOMMENDED: That effective May 17, 2000, at the close of the workday, the School Board of Miami-Dade County, Florida accept the resignation of Ms. Sheryl L. Holden, School Bus Driver, at North Transportation Center.

G-64 REQUEST AUTHORIZATION TO UTILIZE OTHER ENTITY BIDS FOR PURCHASES OVER $100,000

(1)

Authorization is requested to utilize the State of Florida Contract #070-001-99-1-AUTOMOBILES AND LIGHT TRUCKS, which expires on September 30, 2000, to purchase police vehicles, for Miami-Dade County Public Schools Police. The bid of reference is a statewide bid, whereby dealers obtain special price incentives from the manufacturers. Therefore, a district bid would not generate better prices.

RECOMMENDED: That The School Board of Miami-Dade County, Florida, AUTHORIZE the Bureau of Procurement and Materiels Management, to utilize the following contracts:

G-73 REJECTION OF BID #193-XX10 - MOVING OF FURNITURE AND EQUIPMENT (PRE-QUALIFICATION OF BIDDERS)

The purpose of this bid, opened on March 14, 2000, was to establish, at firm unit prices, a list of pre-approved vendors, for the moving of office and classroom furniture and equipment, for the Department of Capital Improvement. This was a term bid which states that the Board may purchase quantities, as may be required, at the unit price bid, but is not obligated to purchase any guaranteed amount. Of 41 vendors sent bid forms or card notices of this advertised bid, 9 responded, with 9 bids meeting specifications.

RECOMMENDED: That The School Board of Miami-Dade County, Florida, REJECT Bid #193-XX10 - MOVING OF FURNITURE AND EQUIPMENT (PRE-QUALIFICATION OF BIDDERS), to permit rebidding, using revised specifications.

J-26 COMMISSIONING OF MATEU, CARRENO, RIZ0 & PARTNERS, INC., AS DESIGN CRITERIA PROFESSIONAL (DCP) FOR STATE SCHOOL “W-l” (A NEW MIDDLE SCHOOL LOCATED AT THE SOUTHWEST CORNER OF SW 47 STREET AND SW 157 AVENUE) PROJECT # A-9733

The firm of Mateu, Carreno, Rizo & Partners, Inc., has been selected as design criteria professional (DCP) to reuse their prototype middle school design criteria package for State School “W-l”, a new middle school.

RECOMMENDED:
That The School Board of Miami-Dade County; Florida commission the firm of Mateu, Carreno, Rizo & Partners, Inc., to prepare and administer design criteria package for State School “W-l”, a new middle school, for the following considerations:

J-27 COMMISSIONING OF SPILLIS CANDELA DMJM, AS DESIGN CRITERIA PROFESSIONAL (DCP) FOR STATE SCHOOL "PPP" (A NEW SENIOR HIGH SCHOOL LOCATED ON THE SOUTHEAST CORNER OF MILLER ROAD AND SW 162 AVENUE) PROJECT # A-0748

T
he firm of Spillis Candela DMJM has been selected as design criteria professional (DCP) to reuse their prototype high school design criteria package for State School “PPP”, a new high school.

RECOMMENDED:
That The School Board of Miami-Dade County, Florida commission the firm of Spillis Candela DMJM, to prepare and administer design criteria package for State School “PPP”, a new senior high school, for the following considerations:

J-46 CHANGE ORDER NO. 1
PROJECT NO. BB-0040
VARIOUS RENOVATIONS
JOHNSON, J. W. ELEMENTARY SCHOOL
735 West 23 Street, Hialeah, Florida

This request for change in the construction contract includes one item for the School Board’s confirmation and consideration. Attachment A presents a description of the item, the cause for the change, the effect upon the contract, and the action recommended to the Board. In order to prevent delay of the project, Staff authorized the Contractor to proceed with Item 1. This item is presented to the Board for confirmation and consideration as required by State Statute.

RECOMMENDED: That The School Board of Miami-Dade County, Florida, confirm/approve Change Order No. 1 on Project No. BB-0040, Various Renovations, Johnson, J. W. Elementary School for an extra of $5,913 and a time extension of 7 days.

J-47 AMENDMENT TO AGREEMENTS WITH DESIGN AND CONSTRUCTION TERM CONSULTANTS FOR FIRE SAFETY RELATED WORK ASSIGNMENTS

During the Board’s Conference Session of May 17, 2000, Facilities Planning & Construction presented its “Plan of Action” for promptly executing fire safety work at various schools. The plan’s expeditious process makes it necessary to amend existing term contracts for the execution of the work. The assignment of projects will require the Board’s approval in several areas as outlined below:

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, amend agreements with existing design and construction term consultants for fire safety related work assignments, as follows:

1) assign design work to the EFCO/UBCI consultants;
2) assign design work to Architectural/Engineering Projects Consultants (A/EPC), and Special Projects Consultant (SPCs), thereby waiving the $200,000 estimated construction value restriction in the SPC contracts;
3) assign Construction work to CM-at-risk term consultant firms, thereby waiving the $5,000,000-per-year and $10,000,000-per-contract construction value restriction;
4) select design/build firms, in accordance with Board established selection procedures, and authorize the negotiations of a contract with the selected firm(s); and
5) authorize the Superintendent to provide written notification of this action to the affected firms.


AGENDA ITEMS REPLACED AFTER PUBLICATION OF THE AGENDA:

B-3 SAFETY AND SANITATION STANDARDS AND INSPECTION OF PROPERTY DEFICIENCIES - FIRE SAFETY VIOLATIONS

The school district is responsible for creating a climate in the schools that ensures the safety and welfare of all students and personnel. It is critical that every site administrator comply with Florida Statutes, Section 235.06 - Safety and Sanitation Standards and Inspection of Property and Section 231.085 -Duties of Principals, to ensure the safety and health of occupants of educational and ancillary plants. Therefore, it is proposed that the Superintendent direct administrators to include implementation of all safety procedures in the School Site Administrator Performance Planning and Assessment System.

ACTION PROPOSED BY DR. MARTA PÉREZ: That The Superintendent of Schools direct school-site administrators to include and address Florida Statutes, Section 235.06 and 231.085 through the School Site Administrator Performance Planning and Assessment System to ensure compliance with the Statutes.

B-4 ESTABLISH A TASKFORCE TO ANALYZE AND STUDY THE FEASIBILITY OF ESTABLISHING A BLUE RIBBON COMMITTEE ON ETHICS FOR MIAMI-DADE COUNTY PUBLIC SCHOOLS AND REPORT ITS RECOMMENDATIONS TO THE BOARD AT THE OCTOBER 11, 2000 BOARD MEETING

As the policy makers responsible for educating the future leaders of our community, The School Board must lead by example and strive to be the most trusted and ethical government institution in Miami-Dade County. To achieve this goal, the Board should adopt measures that promote the ethics of the school system.

ACTION PROPOSED BY DR. MARTA PÉREZ: That The School Board of Miami-Dade County, Florida, establish a task force that adheres to the above stated intent.

Revised Replacement


E-26 TERMINATION OF EMPLOYMENT CONTRACT OF INSTRUCTIONAL EMPLOYEE FOR FAILURE TO SATISFACTORILY CORRECT PERFORMANCE DEFICIENCIES DURING THE 90-CALENDAR DAY PERFORMANCE PROBATION

The following instructional employees have been notified by the Superintendent of Schools that they have failed to satisfactorily correct identified performance deficiencies during their go-calendar Day Performance Probationary period.

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, terminate the employment contract of the above referenced instructional employees, effective May 17, 2000, at the close of the workday, pending the outcome of a hearing, if requested.

G-66 RENEWAL OF BID #129-VV03 - PROCESSING OF USDA FROZEN BEEF, PORK, TURKEY AND POULTRY

The purpose of this bid, opened on March 27, 1998, was to establish a contract, to purchase, at firm unit prices, quantities, as may be required, of processed USDA commodity frozen meats, for the Food Service Program of the Department of Food and Nutrition. The terms of agreement, as contained in the subject bid, awarded by the Board on May 13, 1998 (Partial), and December 9, 1998 (Balance), and renewed on March 17, 1999, provided, that by mutual agreement between the successful vendors and The School Board of Miami-Dade County, Florida, the contract may be renewed for two (2) additional one (1) year periods. The contract is currently in its first renewal period. The awardees have agreed to renew for the second one (I) year renewal period, by letter, on file. It is considered to be in the best interest of the Board to renew this bid, for an additional one (I) year period, at the current prices, to facilitate the USDA scheduling of commodity product delivery to the processors, inasmuch as the Consumer Price Index (CPI) indicates an increase of 3.7%.

RECOMMENDED: That The School Board of Miami-Dade County, Florida, RENEW Bid #129-VV03 - PROCESSING OF USDA FROZEN BEEF, PORK, TURKEY AND POULTRY, to purchase, at firm unit prices, quantities, as may be required, of processed USDA commodity frozen meats, for the Food Service Program of the Department of Food and Nutrition, during the term of the bid, effective July 1, 2000, through June 30, 2001, as follows:

G-67 RENEWAL OF BID #133-VV03 - PROCESSING OF USDA CANNED AND FROZEN FRUIT

The purpose of this bid, opened on May 12, 1998, was to establish a contract, to purchase, at firm unit prices, quantities, as may be required, of processed USDA canned and frozen fruit, for the Food Service Program of the Department of Food a.nd Nutrition. T.he terms of agreement, as contained in the subject bid, awarded by the Board on July 8, 1998, and renewed on May 12, 1999, provided, that by mutual agreement between the successful vendors and The School Board of Miami-Dade County, Florida, the contract may be renewed for two (2) additional one (1) year periods. The contract is currently in its first renewal period. The awardees have agreed to renew for the second one (I) year renewal period, by letter, on file, with the exception of Holly Ridge Foods, Inc., of Holly Ridge, North Carolina, who chose not to renew Item 2 - Individual peach turnover, and Item 4 - Individual apple turnover. Competitive prices will be solicited, for these items, as the need arises, pursuant to Board Rule 6Gx13-3C-1.10 - Purchase Approval. It is considered to be in the best interest of the Board to renew this bid, for an additional one (1) year period, at the current per portion prices, inasmuch as the Consumer Price index (CPI) indicates an increase of 3.7%, and to facilitate USDA scheduling of commodity products.

RECOMMENDED: That The School Board of Miami-Dade County, Florida, RENEW Bid #133-VV03 - PROCESSING OF USDA CANNED AND FROZEN FRUIT, to purchase, at firm unit prices, quantities, as may be required, of processed USDA canned and frozen fruit, for the Food Service Program of the Department of Food and Nutrition, during the term of the bid, effective September 1, 2000, through August 31, 2001, as follows:


G-84 TERMINATE AND RE-AWARD OF ITEMS 11 AND 55 ON BID #053-ZZ07 - SCHOOL BUS ROUTES FOR APPROVED PRIVATE SCHOOL BUS COMPANIES

This bid was awarded by the Board on August 25, 1999, to establish a contract, to purchase, at firm unit prices, quantities, as may be required, of school bus routes, for the Department of Transportation Vehicle Maintenance.

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

1 . TERMINATE the award of items 11 and 55 on Bid #053-ZZ07 - SCHOOL BUS ROUTES FOR APPROVED PRIVATE SCHOOL BUS COMPANIES, effective May 17. 2000, as follows:

Revised Replacement


G-84 TERMINATE AND RE-AWARD OF ITEMS 11 AND 55 ON BID #053-ZZ07 - SCHOOL BUS ROUTES FOR APPROVED PRIVATE SCHOOL BUS COMPANIES

This bid was awarded by the Board on August 25, 1999, to establish a contract, to purchase, at firm unit prices, quantities, as may be required, of school bus routes, for the Department of Transportation Vehicle Maintenance.

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

1 . TERMINATE the award of items 11 and 55 on Bid #053-ZZ07 - SCHOOL BUS ROUTES FOR APPROVED PRIVATE SCHOOL BUS COMPANIES, effective May 17, 2000, as follows:

 

G-86 AWARD OF BID #104-ZZ01 - SCHOOL/OFFICE FURNITURE - CATALOG DISCOUNT BID

The purpose of this bid, opened on December 7, 1999, is to establish a contract, to purchase, at firm discounts, quantities, as may be required, of school and office furniture, for various locations. This is a term bid which states that the Board may purchase quantities, as may be required, at the firm discount bid, but is not obligated to purchase any guaranteed amount. Of 377 vendors sent bid forms or card notices of this advertised bid, 77 responded, with 61 bids meeting specifications (includes 10 bids meeting individual item specifications, but not all item specifications; not all vendors bid all items), 5 bids not meeting specifications, 7 non-responsive bids (1 vendor did not sign bid and 6 vendors qualified terms and conditions of bid) and 4 no bids.

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, AWARD Bid #104-ZZ01 - SCHOOL/OFFICE FURNITURE CATALOG DISCOUNT BID, to purchase, at firm discounts, quantities, as may be required, of school and office furniture, for various locations, during the term of the bid, effective May 17, 2000, through May 16, 2001, as follows:

G-87 BALANCE OF AWARD OF BID #119-ZZ03 -- CAFETERIA PAPER AND PLASTIC SUPPLIES

The purpose of this bid, opened on December 2, 1999, is to establish a contract, to purchase, at firm unit prices, quantities, as may be required, of various items of cafeteria paper and plastic supplies, for Stores and Mail Distribution stock. This is a term bid which states that the Board may purchase quantities, as may be required, at the unit price bid, but is not obligated to purchase any guaranteed amount. Of 145 vendors sent bid forms or card notices of this advertised bid, 28 responded, with 19 regular bids (not all vendors bid all items) and 9 no bids.

RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid #l19-ZZ03 -- CAFETERIA PAPER AND PLASTIC SUPPLIES, to purchase, at firm unit prices, quantities, as may be required, of various items of cafeteria paper and plastic supplies, for Stores and Mail Distribution stock, during the term of the bid, effective May 17, 2000, through April 11, 2001, as follows:

G-91 AWARD OF BID #137-ZZ10 - AIR CONDITIONING EQUIPMENT

The purpose of this bid, opened on March 9, 2000, is to establish a contract, to purchase, at firm prices, air conditioning equipment, for various Miami-Dade County Public Schools locations, for Maintenance and Operations. Of 103 vendors sent bid forms or card notices of this advertised bid, 8 responded, with 2 bids meeting specifications (not all vendors bid all items), 1 bid not meeting specifications and 5 no bids.

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, AWARD Bid #137-ZZ10 - AIR CONDITIONING EQUIPMENT, to purchase, at firm prices, air conditioning equipment, for various Miami-Dade County Public Schools locations, for Maintenance, and Operations, effective May 17, 2000, as follows:

G-95 PARTIAL AWARD OF BID #144-ZZ06 - ART SUPPLIES

The purpose of this bid, opened on January 25, 2000, is to establish a contract, to purchase, at firm unit prices, quantities, as may be required, of art supplies, for Stores and Mail Distribution stock. This is a term bid which states that the Board may purchase quantities, as may be required, at the unit price bid, but is not obligated to purchase any guaranteed amount. Of 96 vendors sent bid forms or card notices of-this advertised bid, 21 responded, with 17 regular bids, 2 non-responsive bids (vendors limited term of the bid) and 2 no bids.

RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid #144-ZZ06-ART SUPPLIES, to purchase, at firm unit prices, quantities, as may be required, of art supplies, for Stores and Mail Distribution stock, during the term of the bid, effective May 17, 2000, through April 11, 2001, as follows:

G-96 SUBJECT: AWARD OF BID #147-ZZ09 - BAND UNIFORMS

The purpose of this bid, opened on March 30, 2000, is to establish a contract, to purchase, at firm prices, band uniforms, for Booker T. Washington Senior High School. Of 39 vendors sent bid forms or card notices of this advertised bid, 4 responded, with 1 bid meeting specifications and 3 bids not meeting specifications.

RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid #147-ZZ09 - BAND UNIFORMS, to purchase, at firm prices, band uniforms, for Booker T. Washington Senior High School, effective May 17, 2000, as follows:

G-97 APPROVAL OF PAYMENT TO GOLD COAST TOWING, COURTESY FORD D/B/A WORLD FORD KENDALL, MARTIN0 TIRE COMPANY, METRO FORD, INC., SABAL CHASE SERVICE AND TIRE CENTER AND TROPICAL CHEVROLET

The Board is requested to approve payment to Gold Coast Towing, Courtesy Ford D/B/A World Ford Kendall, Martino Tire Company, Metro Ford, Inc., Sabal Chase Service and Tire Center and Tropical Chevrolet, for a total amount not to exceed $34,043.49, for the repair and maintenance of Miami-Dade County Public Schools Division of Police vehicles. The Division of School Police was advised, in writing, of the unauthorized purchases, and directed to follow proper purchasing procedures, as stipulated in Board Rules 6Gx13-3C-1.09 - Purchasing Department - Board Designated Authority and 6Gx13-3C-1.14 - Ordering Goods And Services-Authorization. In-service training on proper purchasing procedures was conducted and the Division has implemented appropriate procedures to ensure that this type of action does not recur.

RECOMMENDED: That The School Board of Miami-Dade County, Florida, APPROVE payment for the repair and maintenance of Miami-Dade County Public Schools Division of Police vehicles as follows:

G-106 AWARD OF BID #167-ZZ06 MUSICAL INSTRUMENTS

The purpose of this bid, opened on March 14, 2000, is to establish a contract, to purchase, at firm unit prices, quantities, as may be required, of musical instruments, for various schools. This is a term bid which states that the Board may purchase quantities, as may be required, at the unit price bid, but is not obligated to purchase any guaranteed amount. Of 94 vendors sent bid forms or card notices of’ this advertised bid, 19 responded, with 14 bids meeting specifications (not all vendors bid all items) and 5 no bids.

RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid #167-ZZ06 - MUSICAL INSTRUMENTS, to purchase, at firm unit prices, quantities, as may be required, of musical instruments, for various schools, during the term of the bid, effective May 17, 2000, through May 16, 2001, as follows:

G-108 AWARD OF BID #177-ZZ07 - RADIATOR, REPAIR AND RECORE

The purpose of this bid, opened on March 23, 2000, is to establish a contract, to purchase, at firm unit prices, quantities, as may be required, of radiator repair and recore, for the Department of Transportation Vehicle Maintenance. This is a term bid which states that the Board may purchase quantities, as may be required, at the unit price bid, but is not obligated to purchase any guaranteed amount. Of 81 vendors sent bid forms or card notices of this advertised bid, 6 responded, with 2 bids meeting specifications and 4 no bids.

RECOMMENDED:
That The School Board of Miami-Dade County, Florida, AWARD Bid #177-ZZ07 - RADIATOR, REPAIR AND RECORE, to purchase, at firm unit prices, quantities, as may be required, of radiator repair and recore, for the Department of Transportation Vehicle Maintenance, during the term of the bid, effective May 17, 2000, through May 16, 2001, as follows:

G-109 REJECTION OF BID #180-ZZ10 - IRRIGATION SYSTEM REPAIR SERVICE CONTRACT (REBID)

The purpose of this bid, opened on April 25, 2000, was to establish a contract, at firm unit prices, for the installation, repair and/or modification of irrigation systems and related components, for Maintenance and Operations. This was a term bid which states that the Board may purchase quantities, as may be required, at the unit price bid, but is not obligated to purchase any guaranteed amount. Of 24 vendors sent bid forms or card notices of this advertised bid, 7 responded, with 4 bids meeting specifications, and 3 no bids.

RECOMMENDED: That The School Board of Miami-Dade County, Florida, REJECT Bid #180-ZZ10 - IRRIGATION SYSTEM REPAIR SERVICE CONTRACT (REBID) to permit rebidding, using revised specifications.

G-110 REQUEST FOR AUTHORIZATION TO ISSUE A REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR EVALUATION, DESIGN, AND IMPLEMENTATION OF THE DISTRICT’S ELECTRONIC PROCUREMENT SYSTEM

Authorization is requested to issue a Request For Proposals (RFP), to select a professional national consulting firm with experience in evaluating, designing and implementing electronic procurement systems in the public/private sector. The firm selected will perform an independent review of the electronic procurement system of The School Board of Miami-Dade County, Florida.

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

1. Authorize the Superintendent to issue a Request For Proposals for consulting services for evaluation, design, and implementation of the District’s electronic procurement system; and
2. approve the establishment of a selection committee to evaluate the proposals submitted.


G-113 AWARD OF REQUEST FOR PROPOSAL #072-ZZ10 - INTERNET/INTRANET-BASED TESTING SYSTEM 1999 - 2000

The purpose of this Request For Proposal, opened on October 5, 1999, is to establish a contract, at a firm price, to provide an internet/intranet-based testing system, to determine student progress in mastering grade level objectives, for the Division of Instructional Technology and Media Support Services. This is a term proposal which states that the Board may purchase quantities, as may be required, at the price proposed, but is not obligated to purchase any guaranteed amount. Of 17 vendors sent proposal forms or card notices of this advertised proposal, 7 responded, with 5 proposals meeting specifications and 2 no proposals.

RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Request For Proposal #072-ZZ10 - INTERNET/INTRANET-BASED TESTING SYSTEM 1999 - 2000, to establish a contract, at a firm price, to provide an internet/intranet-based testing system, to determine student progress in mastering grade level objectives, for the Division of Instructional Technology and Media Support Services, during the term of the proposal, as follows:


G-114 TERMINATE AND RE-AWARD OF BID #176-XX10 - ELEVATOR SERVICE CONTRACT

This bid was awarded by the Board on March 17, 1999, to establish a contract, at firm unit prices, for inspections, repairs and maintenance of elevators and chair lifts, for various Miami-Dade County Public Schools locations, for Maintenance and Operations.

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

1. TERMINATE the award of items, 1 through 225B on Bid #176-XX10 - ELEVATOR SERVICE CONTRACT, effective May 17, 2000, as follows:


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


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