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 pm. Telephone 995-1128.
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AGENDA ITEMS WITHDRAWN AFTER PUBLICATION OF THE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:
AGENDA ITEMS ADDED AFTER PUBLICATION OF THE AGENDA:
School boards are accountable
for the effectiveness of the public school system they serve. Researching
innovative
instructional
techniques, such as looping, or the practice of advancing
a teacher from one grade level to the next along with their class,
increases the effectiveness of our school system by seeking better
ways to educate children.
ACTION PROPOSED BY DR. MARTA PEREZ: That The School Board of
Miami-Dade County, Florida, direct the Superintendent of Schools to
study the effectiveness of existing looping q schedule programs in
M-DCPS and report to the Board the feasibility of expanding these
programs.
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 6Gx13-4A-1 .I 6,6Gxl3-4A-1 .I 61,
and
the Miami-Dade County
Public Schools/Dade County SchoolsAdministrators 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, December 9,1999, or as soon
thereafter as can be facilitated.
See E-2
Revision-2 (below) for most current Revision.
E-16 TERMINATION OF EMPLOYMENT CONTRACTS OF lNSTRUCTlONAL EMPLOYEE FOR FAILURE TO SATISFACTORILY CORRECT PERFORMANCE DEFICIENCIES DURING THE 90-CALENDAR DAY PERFORMANCE PROBATION
The following instructional
employee has been notified by the Superintendent of Schools that she has
failed to
satisfactorily
correct identified performance deficiencies during her 90-calendar
Day Performance Probationary period: Ms. Valeria B. Anderson Hialeah
Middle School In accordance with Section 231.29, Florida Statutes,
the Superintendent is recommending that the School Board of
Miami-Dade County, Florida, terminate Valeria B. Andersons
contract. -This employee has been notified of her hearing rights. I
Revise
RECOMMENDED: That The School Board of Miami-Dade County, Florida,
terminate the employment contract of the above referenced
instructional employee, effective December 8, 1999, the close of the
workday, pending the outcome of a hearing, if requested.
Revision-2
G-61 REQUEST FOR APPROVAL
OF SUPPLEMENTAL AWARDS ON TERM BIDS
The purpose of this request is to obtain prior approval of supplemental awards on the following term bid, inasmuch as the awarded by the Board, will be exceeded before
RECOMMENDED: That The School Board APPROVE the supplementa
estimated requirements, previously the bid term expires. of
Miami-Dade County, Florida, awards on the following term bid,
inasmuch as the estimated requirements, previously awarded by the
Board, will be exceeded before the bid term expires:
G-82 AWARD OF BID #093-ZZ03
- VENDING MACHINE PILOT PROGRAM EIGHT (8) SENIOR HIGH SCHOOLS
The purpose of this bid, opened on November 9, 1999, is to
establish a contract, at a firm annual access fee per senior high
school location, paid to Miami-Dade County Public Schools, to
implement a vending machine pilot program, at eight (8) senior high
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 73 vendors sent bid
forms or card notices of this advertised bid, 23 responded, with 17
bids meeting specifications (not alI vendors bid all items), I bid
not meeting specifications and 5 no bids.
RECOMMENDED: That The School Board of Miami-Dade County,
Florida, AWARD Bid #093-2203 - VENDING MACHINE PILOT PROGRAM -EIGHT
(8) SENIOR HIGH SCHOOLS, to establish a contract, at a firm annual
access fee per senior high school location, paid to Miami-Dade County
Public Schools, to implement a vending machine pilot program, at
eight (8) senior high schools, during the term of the bid, effective
February 1, 2000, through January 31, 2001, as follows:
1. BOTTLING GROUP, LLC
D/B/A THE PEPSI BOTTLING GROUP
7777 NW 41 STREET ACCESS FEES $529,300
MIAMI, FL 33166 ADDITIONAL FEES $3 0 ,0 0 0 REl
1 TOTAL ACCESS FEES $559,300
OWNER: CRAIG WEATHERUP, CHIEF EXECUTIVE OFFICER
Highest Access Fee: Items 1, 5, 9, 13, 17, 21, 25 and 29.
ED
J-10 AUTHORIZATION TO EXECUTE A PURCHASE AND SALE AGREEMENT WITH HARRY SPEIZER, FOR THE PURCHASE OF LAND FOR STATE SCHOOL MMl
At its October 20, 1999 meeting, the Board authorized staff to
negotiate for the purchase of up to 20.3 5 acres of vacant land
located at N. W. 79 Avenue and south of N. W. 160 Terrace (see
attached location map). Pursuant to negotiating procedures,
Management Team (MT) meetings were held on October 25, 1999, November
8, 1999 and November 22, 1999 in order to identify the specific
parameters and strategies to be used in negotiating for the purchase
of this property. Based on the MT recommendations, staff entered into
negotiations with Harry Speizer. The District commissioned two
separate independent appraisals for the subject property. The
District has completed two appraisals of the property which indicate
values of $108,000 per acre, and $9 1,400 per acre. However, because
of the disparity between the two appraisals and concerns about the
comparable sales, staff questioned the validity of the appraisals and
a third party review appraisal was ordered. The review appraisal
concurred with the value of $108,000 per acre. Therefore, the average
appraised value is $108,000 per acre. A purchase and sale agreement
for this property has been negotiated under the following terms and
conditions:
RECOMMENDED: That The School Board of Miami-Dade County,
Florida, authorize:
1. the Superintendent or his designee to execute a purchase and sale agreement for the purchase of the subject property at a price of $130,000 per acre ($2,275,000 for 17.5 acres) for the] Revised proposed site for State School ml, under the terms and conditions set forth above; and *
2. the payment of environmental assessments related to the -1 Revised purchase of the subject property.
J-26 REQUEST FOR AUTHORIZATION TO ISSUE REQUEST FOR PROPOSALS (RFP) FOR THE SELECTION OF ONE OR MORE FIRMS TO PROVIDE COST ESTIMATING, SCHEDULING AND DOCUMENT COORDINATION SERVICES
Pursuant to Board Rule 6Gx13-3F-1.021, staff has prepared a RFP
for Board approval for the selection of one or more consultants for a
two-year term.|
RECOMMENDED: That The School Board of Miami-Dade County,
Florida:
1) authorize the Superintendent to issue Request for Proposals (RFP) for the selection of one or more firms for cost estimating, scheduling and document 7 REVISE C coordination services; and
2) approve the selection committee that will review the proposals for subsequent submission to the Superintendent and the School Board for approval.
J-28 COMMISSIONING OF LUDOVICI & ORANGE CONSULTING ENGINEERS, INC. TO PERFORM SITE INVESTIGATION OF SANITARY SEWER CONNECTIONS AT VARIOUS SCHOOLS (PHASE I)
Staff has completed the selection process for project engineers to
evaluate and prepare design criteria documents for sanitary sewer
connections at various school sites
RECOMMENDED: That The School Board of Miami-Dade County,
Florida commission the firm of Ludovici & Orange Consulting
Engineers, Inc. to perform site investigation of sanitary sewer
connections (Phase I) at the following sites: Sabal Palm Elementary
School, Hibiscus Elementary School, Benjamin Franklin Elementary
School, Martin Luther King Elementary School, Miami Agricultural
School North, Madison Middle School, West Little River Elementary
School, Miami Park Elementary School, Miami Shores Elementary School,
Sunset Elementary School, for the following considerations:
J-29 COMMISSIONING OF FORTIN, LEAVY, SKILES, INC., TO PERFORM SITE INVESTIGATION OF SANITARY SEWER CONNECTIONS AT VARIOUS SCHOOLS (PHASE I)
Staff has completed the selection process for project engineers to
evaluate and prepare design criteria documents for sanitary sewer
connections at various school sites
RECOMMENDED: That The School Board of Miami-Dade County,
Florida commission the firm of Fortin, Leavy, Skiles, Inc., to
perform site investigation of sanitary sewer connections (Phase I) at
the following sites: Bunche Park Elementary School, J.C. Good
Elementary School, West Laboratory Elementary School, Shenandoah
Elementary School, Silver Bluff Elementary School, Shenandoah Middle
School, Miami Douglas McArthur North, North Beach Elementary School,
North Miami Beach Senior High School, for the following
considerations:
J-30 COMMISSIONING OF
WILLIAMS-RUSSELL AND JOHNSON, INC., TO PERFORM SITE INVESTIGATION OF
SANITARY SEWER CONNECTIONS AT VARIOUS SCHOOLS (PHASE I)
Staff has completed the selection process for project engineers
to evaluate and prepare design criteria documents for sanitary sewer
connections at various school sites
RECOMMENDED: That The School Board of Miami-Dade County,
Florida commission the firm of Williams-Russell and Johnson, Inc., to
perform site investigation of sanitary sewer connections (Phase I) at
the following sites: Vineland Elementary School, Coral Terrace
Elementary School, Ludlam Elementary School, Cutler Ridge Middle
School, South Central Maintenance, David Fairchild Elementary School,
Palmetto Elementary School, Miami Agricultural School South, Olympia
Heights Elementary School, for the following considerations:
J-39 FINAL CHANGE ORDER NO.
9 PROJECT NO. A-0412 ADDITIONS, RENOVATIONS AND REMODELING HIBISCUS
ELEMENTARY SCHOOL
18701 N.W. First Avenue, North Miami Beach, Florida This request
for change in the construction contract includes five items for the
School Boards confirmation. Attachment A presents a description
of the items, the cause for each change, the effect upon the
contract, and the action recommended to the Board. In order to
prevent delay in the completion of the project, Staff authorized the
Contractor to proceed with items 1 and 2. These items are presented
to the Board for confirmation as required by State Statute. These
changes will decrease the contract price by $76,132. These items have
been recommended by the Project Architect and were confirmed by the
Technical Review Committee, subsequent to completion, on November 22,
1999. They were found to be necessary, fair, and equitable.
RECOMMENDED: That The School Board of Miami-Dade County,
Florida, confirm Final Change Order No. 9 on Project No. A-041 2,
Additions, Renovations and Remodeling, Hibiscus Elementary School for
a credit of $76,132.
K-20 PROPOSED AMENDMENT
OF BOARD RULE: INITIAL READING 6Gx13- 6A-1.331, PROCEDURES FOR
PROVIDING SPECIAL EDUCATION FOR EXCEPTIONAL STUDENTS STRATEGIC
PLANNING GOAL: II - STUDENT ACHIEVEMENT/PREPARATION FOR POST
SECONDARY EXPERIENCES
Authorization is requested to amend the above-captioned Board
Rule, last amended on March 17, 1999. The proposed amendment reflects
the replacement of the document, Amendment to the Special Programs
and Procedures for Exceptional Students Effective Dates: 1998-99,
with the document, Amendment to the Special Programs and Procedures
for Exceptional Students Effective Dates: 1999-2000, to be
incorporated by reference into Board Rule 6Gx13- 6A-1.331.
AGENDA ITEMS REPLACED AFTER PUBLICATION OF THE AGENDA:
B-2 THAT THE SCHOOL
BOARD OF MIAMI-DADE COUNTY, FLORIDA, SCHEDULE ALL TEACHER TRAINING
SEMINARS AFTER SCHOOL, ON WEEKENDS, OR DURING NON-TEACHINGPERIODS OF
THE SUMMER BEGINNING IN THE 2000-2001 SCHOOL YEAR
The School Board of Miami-Dade
County is entrusted with improving student achievement and providing each
student
with every opportunity
to succeed. This challenge includes increasing the personalization of
a students education and allowing students to develop strong
relationships with their teachers.
ACTION PROPOSED BY DR. MARTA PEREZ: That The School Board of
Miami-Dade County, Florida, schedule all teacher training seminars
after school, on weekends, or during non-teaching periods of the
summer beginning in the 2000 -2001 school year.
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 6Gx13-4A-1.16,6Gx13- 4A-1 .I 61,
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, December 9,1999,
or as soon thereafter as can be facilitated.
Revision-2
E-3 APPOINT AND
ASSIGN:
EXECUTIVE DIRECTOR,
TRANSPORTATION OPERATIONS
The following recommendation is made in accordance with Board Rule
6Gx13-4A-1.16.
This open budgeted position is due to the resignation of the
incumbent.
RECOMMENDED: -That The School Board of Miami-Dade County,
Florida, appoint Mr. Harold Younq, Jr. , currently a Director I,
Regional Transportation, pay grade 45, Northeast Transportation
Center, to the open budgeted position of Executive Director,
Transportation Operations, MEP pay grade 22, 12 months, and assign to
Transportation Operations, effective December 9, 1999, or as soon
thereafter as can be facilitated.
E-4 APPOINT AND ASSIGN:
SUPERVISOR, COMMUNITY EDUCATION
The following recommendation is made in accordance with Board Rule
6Gx13-4A-1 .I 6. This open budgeted position was approved by the
Board at the Board meeting of July 14, 1999, Agenda Item A-3.
RECOMMENDED: That The School Board of Miami-Dade County,
Florida, appoint Ms. Estrella I. Diaz, currently an Assistant
Principal for Community Education, MEP pay grade AP, to the open
budgeted position of Supervisor, Community Education, MEP pay grade
20, 12 months, and assign to the Division of Community Education,
effective December 9, 1999, or as soon thereafter as can be
facilitated.
E-6 APPOINT AND
ASSIGN:
COORDINATOR I,
CONSTRUCTION MAINTENANCE
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 reassignment of the incumbent.
RECOMMENDED: That The School Board of Miami-Dade County, Florida,
appoint Ms. Evelvn Stultz, to the open, budgeted position of
Coordinator I, Construction Maintenance, pay grade 40, 12 months, and
assign to Facilities Operations, effective December 9, 1999, or as
soon thereafter as can be facilitated.
E-8 APPOINT AND
ASSIGN:
SUPERVISOR II,
FACILITIES PLANNING AND CONSTRUCTION
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 resignation of the
incumbent.
RECOMMENDED: That The School Board of Miami-Dade County, Florida,
appoint )I & Riqo Zubizarreta, currently a Coordinator,
Construction, pay grade 40, to the open, budgeted position of
Supervisor II, pay grade 44, 12 months, and assign to Facilities
Planning and Construction, effective December 9, 1999, or as soon
thereafter as can be facilitated.
E-9 APPOINT AND
ASSIGN:
PROJECT MANAGER,
TELECOMMUNICATIONS
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 promotion of the incumbent.
RECOMMENDED: That The School Board of Miami-Dade County,
Florida, appoint Mr. Juan Francisco Rodriauez to the open, budgeted
position of Project Manager, Telecommunications, pay grade 42,12
months, and assign to the Office of Information Technology, effective
December 9, 1999, or as soon thereafter as can be facilitated.
E-10 APPOINT AND
ASSIGN:
NETWORK ANALYST I
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 promotion of the
incumbent.
RECOMMENDED: That The School Board of Miami-Dade County, Florida,
appoint Mr. Fernando Tercilla, currently a Communication Analyst I,
pay grade 39, to the open, budgeted position of Network Analyst I,
pay grade 41, 12 months, and assign to the Office of Information
Technology, effective December 9, 1999, or as soon thereafter as can
be facilitated.
E-11 APPOINT AND
ASSIGN:
SYSTEMS ANALYST I
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 retirement of the incumbent.
RECOMMENDED: That The School Board of Miami-Dade County,
Florida, appoint Mr. Bryan A. Svmonette, to the open, budgeted
position of Systems Analyst I, pay grade 39, Systems and Programming
Services, 12 months, and assign to the Office of Information
Technology, effective December 9, 1999, or as soon thereafter as can
be facilitated.
E-12 APPOINT AND ASSIGN:
SENIOR PROGRAMMER ANALYST I (2)
The following recommendations are made in accordance with the
Miami-Dade County Public Schools/Dade County Schools
Administrators Association labor contract. These open budgeted
positions are due to the resignation of one incumbent and the leave
of absence of an incumbent.
RECOMMENDED: That The School Board of Miami-Dade County,
Florida, appoint:
1. Ms. Laura M. Garcia, currently a Programmer I, pay grade 33,to the open, budgeted position of Senior Programmer Analyst I, pay grade 37, 12 months, and assign to the Office of Information Technology, effective December 9, 1999, or as soon thereafter as can be facilitated; and
2. Mr. Joseph X. Flvnn, to the open, budgeted position of Senior Programmer Analyst I, pay grade 37, 12 months, and assign to the Office of Information Technology, effective December 9, 1999, or as soon thereafter as can be facilitated.
E-13 APPOINT AND
ASSIGN:
PROJECT SUPERVISOR I,
SYSTEMS AND PROGRAMMING SERVICES
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 resignation of the incumbent.
RECOMMENDED: That The School Board of Miami-Dade County,
Florida, appoint Ms. Patricia E. Mestre, currently a Systems Analyst
I, pay grade 39, to the open, budgeted position of Project Supervisor
I, pay grade 41, Systems and Programming Services, 12 months, and
assign to the Office of Information Technology, effective December 9,
1999, or as soon thereafter as can be facilitated.
E-16 TERMINATION OF
EMPLOYMENT CONTRACTS OF INSTRUCTIONAL EMPLOYEE FOR FAILURE TO
SATISFACTORILY CORRECT PERFORMANCE DEFICIENCIES DURING THE
90-CALENDAR DAY PERFORMANCE PROBATION
The following instructional employee has been notified by the
Superintendent of Schools that she has failed to satisfactorily
correct identified performance deficiencies during her 90-calendar
Day Performance Probationary period:
Ms. Valeria B. Anderson
Hialeah Middle School
RECOMMENDED: That The School Board of Miami-Dade County, Florida, terminate the employment contract of the above referenced instructional employee, effective December 8, 1999, the close of the workday, pending the outcome of a hearing, if requested.
See above E-16 Revision-2 for most current Revision.
G-63 REQUEST AUTHORIZATION
TO FOR PURCHASES OVER $100,000
(1) Authorization is requested to utilize the State of UTILIZE OTHER ENTITY BIDS Florida Contract #250-050-97-l -MINI- MAINFRAME, which expires on November 1, 2000, to lease a production publishing system, for Graphics and Materials Production, for sixty (60) months from date of installation.
RECOMMENDED: That The School Board of Miami-Dade County, Florida, AUTHORIZE the Bureau of Procurement and Materials Management, to utilize the following contract:
1. S t a t e o f F l o r i d a C o n t r a c t #2 5 0 -0 5 0 -9 7 -l - MINI-MAINFRAME, to lease a production publishing system, for Graphics and Materials Production, for sixty (60) months from date of installation, for the total amount of $666,069.
G-75 AWARD OF BID
#066ZZOl - ARMED SECURITY GUARD SERVICES I
The purpose of this bid, opened on November 16, 1999, is to
establish a contract, to purchase, at firm unit prices, as may be
required, armed security guard services, for the zone between
Gratigny Drive and County Line Road. 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 49: vendors sent bid forms or card notices of this
advertised bid, 19 responded, with 18 bids meeting specifications and
I no bid.
RECOMMENDED: That The School Board of Miami-Dade County,
Florida, AWARD Bid #066-ZZOI - ARMED SECURITY GUARD SERVICES I, to
purchase, at firm unit prices, as may be required, armed security
guard services, for the zone between Gratigny Drive and County Line
Road, during the term of the bid, effective December 8, 1999, through
December 7, 2000, as follows:
1. DELAD SECURITY, INC.
P.O. BOX 52-1223
MIAMI, FL 33152-I 223 ESTIMATE $560,747.44
OWNER: DELE OLADUNNI (AM)
Total Low Unit Price: Items I through 3.
Item 1 - Armed security guard level (A) @ $12.25 per hour.
Item 2 - Armed security guard level (B) @ $10.33 per hour.
Item 3 - Armed security guard level (C) ($0 $9.03 per hour.
2. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $560,747.44. The award shall be made subject to the resolution of bid protests, if any.
G-80 AWARD OF BID #083-2210 - PHYSICAL EXAMINATIONS - BUS DRIVERS, SOUTH OF FLAGLER STREET
The purpose of this bid, opened on November 18, 1999, is to
establish a contract, to administer, at a firm unit price, physical
examinations of bus drivers, south of Flagler Street, for the
Department of Transportation. 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
115 vendors sent bid forms or card notices of this advertised bid, 4
responded, with 2 bids meeting specifications and 2 no bids.
RECOMMENDED: That The School Board of Miami-Dade County,
Florida, AWARD Bid #083-ZZIO - PHYSICAL EXAMINATIONS - BUS DRIVERS,
SOUTH OF FLAGLER STREET, to administer, at a firm unit price,
physical examinations of bus drivers, south of Flagler Street, for
the Department of Transportation, during the term of the bid,
effective January 7, 2000, through January 6, 2001, as follows:
1. PREVENTIVE MEDICINE TESTING CENTERS, INC.
D/B/A GLOBAL MRO
5201 RAVENSWOOD ROAD, SUITE 121
FT. LAUDERDALE, FL 33312 ESTIMATE $30,000
OWNER: MARIA E. RODRIGUEZ, PRESIDENTK.E.0. (HF)
Low Unit Price: Item 1 - Physical exams @ $30 each.
2. Authorize the Bureau of Procurement and Materials Management to purchase up to the total estimated amount of $30,000. The award shall be made subject to the resolution of bid protests, if any.![]()
E-Mail comments to: info@sbab.dade.k12.fl.us