Superintendent Recruitment: Effects of Superintendent Job ...
Office of Superintendent of Schools January 4, 2012 Board...
Transcript of Office of Superintendent of Schools January 4, 2012 Board...
Office of Superintendent of Schools January 4, 2012 Board Meeting of January 18, 2012 Financial Services Richard H. Hinds, Chief Financial Officer COMMITTEE: FACILITIES AND CONSTRUCTION REFORM ITEM BID NO. SUBJECT F-60 035-LL03 FIRE-SUPPRESSION SYSTEM RETROFIT AND
ADDITIONAL SERVICES F-61 044-LL10 CORRECT ITEM 6 ON BID NO. 044-LL10 –
RELOCATION OF FURNITURE, FIXTURES AND EQUIPMENT
F-62 008-MM06 PLASTIC CAN LINERS (PARTIAL) COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS ITEM BID NO. SUBJECT E-141 052-LL08 BUS FIELD TRIPS WITHIN MIAMI-DADE COUNTY –
SITE SPECIFIC E-142 003-MM03 MOBILE CAFETERIA TABLES
Office of Superintendent of Schools January 4, 2012 Board Meeting of January 18, 2012 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: AWARD BID NO. 035-LL03 – FIRE-SUPPRESSION SYSTEM
RETROFIT AND ADDITIONAL SERVICES COMMITTEE: FACILITIES AND CONSTRUCTION REFORM LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY The purpose of this bid is to establish a list of pre-qualified vendors for fire-suppression system retrofit and/or additional services, at Miami-Dade County Public Schools facilities, for Maintenance Operations. This is a term bid. Throughout the term of the bid, as the need arises, the awarded vendor will be requested to submit proposals for any single job exceeding the quotation threshold. Two (2) vendors responded to this advertised solicitation. Fund Source Various RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD
Bid No. 035-LL03 – FIRE-SUPPRESSION SYSTEM RETROFIT AND ADDITIONAL SERVICES, to establish a list of pre-qualified vendors for fire-suppression system retrofit and/or additional services, at Miami-Dade County Public Schools facilities, for Maintenance Operations, during the term of the bid, effective January 18, 2012, through January 17, 2014, as follows:
1. CITY FIRE, INC.
5708 S.W. 25 STREET WEST PARK, FL 33023 OWNER: GERRY STUMM, PRESIDENT
2. Authorize Procurement Management Services to purchase up to the total estimated amount of $500,000. Board approval of this recommendation does not mean the amount shown will be expended.
RHH/ae
F-60
Office of Superintendent of Schools January 4, 2012 Board Meeting of January 18, 2012 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: CORRECT ITEM 6 ON BID NO. 044-LL10 – RELOCATION OF
FURNITURE, FIXTURES AND EQUIPMENT
COMMITTEE: FACILITIES AND CONSTRUCTION REFORM LINK TO STRATEGIC FRAMEWORK: IMPROVE CONSTRUCTION AND MAINTENANCE SERVICES The purpose of this bid is to purchase, at firm unit prices, the relocation, assembly and installation of furniture, fixtures, and equipment for new schools, renovated projects, existing offices, and media centers, and the discard of all shipping materials and disposal of surplus equipment, as required, for Capital Improvements and various locations. This is a term bid which states that the Board may purchase quantities, as may be required, but is not obligated to purchase any guaranteed amount. Throughout the term of the bid, as the need arises, the awarded contractors will be requested to submit proposals for any single job exceeding the quotation threshold. Seven (7) vendors responded to this advertised solicitation. The September 7, 2011, Board Agenda Item F-61, incorrectly reflected the description of Item 6, as Crew of nineteen (19), instead of Crew of thirteen (13). Fund Source Various RECOMMENDED: That The School Board of Miami-Dade County, Florida, CORRECT
ITEM 6 ON Bid No. 044-LL10 – RELOCATION OF FURNITURE, FIXTURES AND EQUIPMENT, to purchase, at firm unit prices, the relocation, assembly and installation of furniture, fixtures, and equipment for new schools, renovated projects, existing offices, and media centers, and the discard of all shipping materials and disposal of surplus equipment, as required, for Capital Improvements and various locations, during the term of the bid, effective January 18, 2012, through September 6, 2013, as follows:
Page 1 of 4 F-61
1. ALS VAN LINE SERVICES, INC. 1003 PARK CENTRE BLVD. MIAMI, FL 33169 OWNER: PHILLIP M. DANIEL, PRESIDENT
Total Low Unit Price: Items 1 through 14. Item 1 - Crew of three (3), including crew chief @ $94 per
hour. Item 2 - Crew of five (5), including crew chief @ $140 per
hour. Item 3 - Crew of seven (7), including crew chief @ $186
per hour. Item 4 - Crew of nine (9), including crew chief @ $232
per hour. Item 5 - Crew of eleven (11), including crew chief @ $278
per hour. Item 6 - Crew of thirteen (13), including crew chief @
$324 per hour. Item 7 - Additional crew chief @ $23 per hour. Item 8 - Additional installer @ $23 per hour. Item 9 - Additional mover @ $23 per hour. Item 10 - Relocation box (qty. 100) less than 3.0 cubic feet
@ $150 per 100. Item 11 - Relocation box (qty. 100) more than 3.0 cubic
feet @ $150 per 100. Item 12 - Daily cost of additional 24 ft. truck with tailgate
@ N/C. Item 13 - Trip charge to M-DCPS warehouse @ N/C per
trip. Item 14 - Trip charge for delivery to county dump @ N/C
per trip.
Page 2 of 4
2. BELTMANN RELOCATION GROUP 3039 NORTH ANDREWS AVENUE EXTENSION POMPANO BEACH, FL 33064 OWNER: DANN BATTINA, C.E.O.
Total Low Unit Price: Items 1 through 14.
Item 1 - Crew of three (3), including crew chief @ $99 per hour.
Item 2 - Crew of five (5), including crew chief @ $147 per hour.
Item 3 - Crew of seven (7), including crew chief @ $195 per hour.
Item 4 - Crew of nine (9), including crew chief @ $240 per hour.
Item 5 - Crew of eleven (11), including crew chief @ $290 per hour.
Item 6 - Crew of thirteen (13), including crew chief @ $340 per hour.
Item 7 - Additional crew chief @ $5 per hour. Item 8 - Additional installer @ $15 per hour. Item 9 - Additional mover @ $21 per hour. Item 10 - Relocation box (qty. 100) less than 3.0 cubic feet
@ $150 per 100. Item 11 - Relocation box (qty. 100) more than 3.0 cubic
feet @ $150 per 100. Item 12 - Daily cost of additional 24 ft. truck with tailgate
@ N/C. Item 13 - Trip charge to M-DCPS warehouse @ N/C per
trip. Item 14 - Trip charge for delivery to county dump @ N/C
per trip.
Page 3 of 4
3. WITHERS/SUDDATH RELOCATION SYSTEMS, INC. 6900 N.W. 74 AVENUE MIAMI, FL 33166 OWNER: STEPHEN M. SUDDATH, CHAIRMAN
Total Low Unit Price: Items 1 through 14. Item 1 - Crew of three (3), including crew chief @ $100
per hour. Item 2 - Crew of five (5), including crew chief @ $150 per
hour. Item 3 - Crew of seven (7), including crew chief @ $200
per hour. Item 4 - Crew of nine (9), including crew chief @ $250
per hour. Item 5 - Crew of eleven (11), including crew chief @ $300
per hour. Item 6 - Crew of thirteen (13), including crew chief @
$350 per hour. Item 7 - Additional crew chief @ $25 per hour. Item 8 - Additional installer @ $25 per hour. Item 9 - Additional mover @ $25 per hour. Item 10 - Relocation box (qty. 100) less than 3.0 cubic feet
@ $100 per 100. Item 11 - Relocation box (qty. 100) more than 3.0 cubic
feet @ $125 per 100. Item 12 - Daily cost of additional 24 ft. truck with tailgate
@ $60. Item 13 - Trip charge to M-DCPS warehouse @ N/C per
trip. Item 14 - Trip charge for delivery to county dump @ N/C
per trip.
4. Authorize Procurement Management Services to purchase up to the total estimated amount of $950,000. Board approval of this recommendation does not mean the amount shown will be expended.
RHH/mh Page 4 of 4
Office of Superintendent of Schools January 4, 2012 Board Meeting of January 18, 2012 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: PARTIAL AWARD BID NO. 008-MM06 – PLASTIC CAN
LINERS COMMITTEE: FACILITIES AND CONSTRUCTION REFORM LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY The purpose of this bid is to purchase, at firm unit prices, quantities, as may be required, of plastic can liners, for Stores and Mail Distributions stock. This is a term bid which states that the Board may purchase quantities, as may be required, at the unit price bid, but is not obligated to purchase any guaranteed amount. Six (6) vendors responded to this advertised solicitation. This is an award to primary and alternate vendors and to obtain firm, fixed pricing for the initial three (3) months of the contract. Thereafter, quotes will be obtained every three (3) months, for the quantities requested. Items 2 through 5 for alternate awardee(s) are being held for further evaluation and will be awarded at a future Board meeting. Fund Source 0100 – General
RECOMMENDED: That The School Board of Miami-Dade County, Florida, PARTIAL
AWARD Bid No. 008-MM06 – PLASTIC CAN LINERS, to purchase, at firm unit prices, quantities, as may be required, of plastic can liners, for Stores and Mail Distribution stock, during the term of the bid, effective January 18, 2012, through January 17, 2013, as follows:
Page 1 of 2 F-62
PRIMARY
1. CENTRAL POLY CORPORATION 2400 BEDLE PLACE P.O. BOX 4097 LINDEN, NJ 07036 OWNER: ANDREW HOFFER, PRESIDENT Low Unit Price: Items 1, 3, 4 and 5. Item 1 - Plastic compactor bag, 43” x 47” @ $9.94 per case. Item 3 - Plastic can liner, 33” x 38” @ $22.60 per case. Item 4 - Plastic can liner, 40” x 48” @ $13.99 per case. Item 5 - Plastic can liner, 23” x 24” @ $10.40 per case.
2. PABCO INDUSTRIES, LLC 166 FRELINGHUYSEN AVENUE NEWARK, NJ 07114 OWNER: LINDA SHERMAN, PRESIDENT M/WBE ELIGIBLE Low Unit Price Meeting Specifications: Item 2. Item 2 - Plastic can liner, 38” x 58” @ $12.05 per case. ALTERNATE
3. PABCO INDUSTRIES, llc 166 FRELINGHUYSEN AVENUE NEWARK, NJ 07114 OWNER: LINDA SHERMAN, PRESIDENT M/WBE ELIGIBLE Second Low Unit Price Meeting Specifications: Item 1. Item 1 - Plastic compactor bag, 43” x 47” @ $11.05 per case.
4. Authorize Procurement Management Services to purchase up to the total estimated amount of $800,000. Board approval of this recommendation does not mean the amount shown will be expended.
RHH/ae
Page 2 of 2
Office of Superintendent January 4, 2012 Board Meeting of January 18, 2012 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: AWARD BID NO. 052-LL08 – BUS FIELD TRIPS WITHIN
MIAMI-DADE COUNTY – SITE SPECIFIC COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL
RELATIONS LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY The purpose of this bid is to purchase, at firm unit prices, quantities, as may be required, of bus field trips within Miami-Dade County, for various schools and departments. 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. Sixteen (16) vendors responded to this advertised bid solicitation. This is an award to primary and alternate vendors. Identical prices were submitted on Item 3 – A. Oliveros, Inc., and M & M Marroquin School Bus Service, Inc., of Miami, Florida. Inasmuch as both vendors certified having implemented a drug-free workplace program, the recommendation reflects the award of this tie alternative bid item to A. Oliveros, Inc., of Miami, Florida, as the non-Minority/Women Business Enterprise vendor, who, because of lower prices, receives a larger dollar award for other items, pursuant to Board Policy 6320 – Identical Prices – Priorities For Award. Identical prices were submitted on Item 9 – A. Oliveros, Inc., and Evelio & Edicta Jomarron School Bus Service, of Miami, Florida. Inasmuch as both vendors certified having implemented a drug-free workplace program, the recommendation reflects the award of this tie alternative bid item to A. Oliveros, Inc., of Miami, Florida, as the non-Minority/Women Business Enterprise vendor, who, because of lower prices, receives a larger dollar award for other items, pursuant to Board Policy 6320 – Identical Prices – Priorities For Award. Fund Source Various
Page 1 of 12 E-141
RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD Bid No. 052-LL08 - BUS FIELD TRIPS WITHIN MIAMI-DADE COUNTY – SITE SPECIFIC, to purchase, at firm unit prices, quantities, as may be required, of bus field trips within Miami-Dade County, for various schools and departments, during the term bid, effective January 18, 2012, through January 17, 2014, as follows:
PRIMARY Group 1: Area North of Flagler Street: Items 1 through 6.
1. ADT TRANSPORTATION, INC. 4310 N.W. 185 STREET MIAMI GARDENS, FL 33055 OWNER: ANA D. TRUJILLO, PRESIDENT
Item 1A - Trips to Everglades @ $165 each. Item 1B - Trips to Everglades plus 15 miles @ $175 each.
ALTERNATE
2. GESPER BUS SERVICE CO.
1130 N.W. 140 STREET MIAMI, FL 33168 OWNER: GESPER SAINT-SUME, DIRECTOR Item 1A - Trips to Everglades @ $180 each. Item 1B - Trips to Everglades plus 15 miles @ $180 each.
3. J & M VERA SCHOOL BUS SERVICE, INC. 2597 WEST 70 STREET
HIALEAH, FL 33016 OWNER: JOSE I. VERA, PRESIDENT Item 1A - Trips to Everglades @ $210 each. Item 1B - Trips to Everglades plus 15 miles @ $225 each.
Page 2 of 12
PRIMARY
4. MARIA GAMBOA BUS SERVICE, INC. P.O. BOX 173286 HIALEAH, FL 33017 OWNER: MARIA GAMBOA Item 2 - Trips to Art and Cultural Centers @ $118 each.
ALTERNATE
5. AIR B SCHOOL BUS TRANSPORTATION, INC. 6241 S.W. 16 TERRACE MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT Item 2 - Trips to Art and Cultural Centers @ $128 each.
6. CARLOS & SUSANA SCHOOL BUS SERVICE 3340 S.W. 80 AVENUE
MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT Item 2 - Trips to Art and Cultural Centers @ $129 each.
PRIMARY
7. MARIA GAMBOA BUS SERVICE, INC.
P.O. BOX 173286 HIALEAH, FL 33017 OWNER: MARIA GAMBOA Item 3 - Trips to Art and Cultural Centers after 4:00 p.m. @ $125 each.
Page 3 of 12
ALTERNATE
8. AIR B SCHOOL BUS TRANSPORTATION, INC. 6241 S.W. 16 TERRACE MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT
Item 3 - Trips to Art and Cultural Centers after 4:00 p.m. @ $140 each.
9. A. OLIVEROS, INC. 3114 WEST 69 PLACE HIALEAH, FL 33018 OWNER: ALVARO OLIVEROS, PRESIDENT Item 3 - Trips to Art and Cultural Centers after 4:00 p.m. @ $149 each. PRIMARY
10. CARLOS & SUSANA SCHOOL BUS SERVICE 3340 S.W. 80 AVENUE MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT
Item 4 - Trips to Metro Zoo @ $149 each.
ALTERNATE
11. AIR B SCHOOL BUS TRANSPORTATION, INC.
6241 S.W. 16 TERRACE MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT
Item 4 - Trips to Metro Zoo @ $150 each.
12. J & M VERA SCHOOL BUS SERVICE, INC. 2597 WEST 70 STREET HIALEAH, FL 33016 OWNER: JOSE I. VERA, PRESIDENT
Item 4 - Trips to Metro Zoo @ $150 each. Page 4 of 12
PRIMARY
13. MARIA GAMBOA BUS SERVICE, INC. P.O. BOX 173286 HIALEAH, FL 33017 OWNER: MARIA GAMBOA Item 5 - Trips to Environmental Education Center & Crandon Park @ $119 each.
ALTERNATE
14. AIR B SCHOOL BUS TRANSPORTATION, INC. 6241 S.W. 16 TERRACE MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT
Item 5 - Trips to Environmental Education Center & Crandon Park @ $135 each.
15. CARLOS & SUSANA SCHOOL BUS SERVICE 3340 S.W. 80 AVENUE MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT
Item 5 - Trips to Environmental Education Center & Crandon Park @ $139 each.
PRIMARY
16. CARLOS & SUSANA SCHOOL BUS SERVICE
3340 S.W. 80 AVENUE MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT
Item 6 - Trips to Museum of Science @ $127 each.
Page 5 of 12
ALTERNATE
17. AIR B SCHOOL BUS TRANSPORTATION, INC. 6241 S.W. 16 TERRACE MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT
Item 6 - Trips to Museum of Science @ $128 each.
18. MARIA GAMBOA BUS SERVICE, INC. P.O. BOX 1732876
HIALEAH, FL 33017 OWNER: MARIA GAMBOA
Item 6 - Trips to Museum of Science @ $129 each.
PRIMARY Group 2: Area South of Flagler Street: Items 7 through 12.
19. ADT TRANSPORTATION, INC. 4310 N.W. 185 STREET MIAMI GARDENS, FL 33055 OWNER: ANA D. TRUJILLO, PRESIDENT Item 7A - Trips to Everglades @ $165 each. Item 7B - Trips to Everglades plus 15 miles @ $175 each.
ALTERNATE
20. GESPER BUS SERVICE CO. 1130 N.W. 140 STREET MIAMI, FL 33168 OWNER: GESPER SAINTE-SUME, DIRECTOR Item 7A - Trips to Everglades @ $200 each. Item 7B - Trips to Everglades plus 15 miles @ $200 each. Page 6 of 12
21. FRANMAR CORPORATION P.O. BOX 970783 MIAMI, FL 33197 OWNER: PETER BERMONT
Item 7A - Trips to Everglades @ $220 each. Item 7B - Trips to Everglades plus 15 miles @ $230 each.
PRIMARY
22. AIR B SCHOOL BUS TRANSPORTATION, INC. 6241 S.W. 16 TERRACE MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT Item 8 - Trips to Art and Cultural Centers @ $128 each.
ALTERNATE
23. CARLOS & SUSANA SCHOOL BUS SERVICE
3340 S.W. 80 AVENUE MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT
Item 8 - Trips to Art and Cultural Centers @ $129 each.
24. A+ KIKO AND KIKA SCHOOL BUS SERVICE 2110 S.W. 20 STREET MIAMI, FL 33145 OWNER: HIRAN RODRIQUEZ, PRESIDENT
Item 8 - Trips to Art and Cultural Centers @ $144 each.
PRIMARY
25. AIR B SCHOOL BUS TRANSPORTATION, INC. 6241 S.W. 16 TERRACE MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT
Item 9 - Trips to Art and Cultural Centers after 4:00 p.m. @
$140 each.
Page 7 of 12
ALTERNATE
26. CARLOS & SUSANA SCHOOL BUS SERVICE 3340 S.W. 80 AVENUE
MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT
Item 9 - Trips to Art and Cultural Centers after 4:00 p.m. @ $150 each.
27. A. OLIVEROS, INC. 3114 WEST 69 PLACE HIALEAH, FL 33018 OWNER: ALVARO OLIVEROS, PRESIDENT
Item 9 - Trips to Art and Cultural Centers after 4:00 p.m. @ $155 each.
PRIMARY
28. CARLOS & SUSANA SCHOOL BUS SERVICE 3340 S.W. 80 AVENUE MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT
Item 10 - Trips to Metro Zoo @ $139 each.
ALTERNATE
29. AIR B SCHOOL BUS TRANSPORTATION, INC.
6241 S.W. 16 TERRACE MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT
Item 10 - Trips to Metro Zoo @ $140 each.
30. A. OLIVEROS, INC. 3114 WEST 69 PLACE HIALEAH, FL 33018 OWNER: ALVARO OLIVEROS, PRESIDENT Item 10 - Trips to Metro Zoo @ $149 each. Page 8 of 12
PRIMARY
31. AIR B SCHOOL BUS TRANSPORTATION, INC. 6241 S.W. 16 TERRACE
MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT
Item 11 - Trips to Environmental Education Center & Crandon Park @ $135 each.
ALTERNATE
32. CARLOS & SUSANA SCHOOL BUS SERVICE
3340 S.W. 80 AVENUE MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT Item 11 - Trips to Environmental Education Center & Crandon Park @ $138 each.
33. J. RUIZ SCHOOL BUS SERVICE, INC.
1021 WEST 46 STREET HIALEAH, FL 33012 OWNER: JOSE A. RUIZ, PRESIDENT M/WBE ELIGIBLE
Item 11 - Trips to Environmental Education Center & Crandon Park @ $145 each.
PRIMARY
34. CARLOS & SUSANA SCHOOL BUS SERVICE
3340 S.W. 80 AVENUE MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT
Item 12 - Trips to Museum of Science @ $127 each. Page 9 of 12
ALTERNATE
35. AIR B SCHOOL BUS TRANSPORTATION, INC. 6241 S.W. 16 TERRACE
MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT
Item 12 - Trips to Museum of Science @ $128 each.
36. J. RUIZ SCHOOL BUS SERVICE, INC.
1021 WEST 46 STREET HIALEAH, FL 33012 OWNER: JOSE A. RUIZ, PRESIDENT M/WBE ELIGIBLE
Item 12 - Trips to Museum of Science @ $135 each. ITEM 13 - RATE PER HOUR IN EXCESS OF HOURS FOR EACH
37. A+ KIKO AND KIKA SCHOOL BUS SERVICE
2110 S.W. 20 STREET MIAMI, FL 33145 OWNER: HIRAN RODRIQUEZ, PRESIDENT
Item 13 - @ $25 per hour.
38. ADT TRANSPORTATION, INC.
4310 N.W. 185 STREET MIAMI GARDENS, FL 33055 OWNER: ANA D. TRUJILLO, PRESIDENT
Item 13 - @ $10 per hour.
39. AIR B SCHOOL BUS TRANSPORTATION, INC. 6241 S.W. 16 TERRACE MIAMI, FL 33155
OWNER: SAHILY BUSTAMANTE, PRESIDENT
Item 13 - @ $15 per hour.
Page 10 of 12
40. A. OLIVEROS, INC. 3114 WEST 69 PLACE
HIALEAH, FL 33018 OWNER: ALVARO OLIVEROS, PRESIDENT Item 13 - @ $45 per hour.
41. CARLOS & SUSANA SCHOOL BUS SERVICE 3340 S.W. 80 AVENUE
MIAMI, FL 33155 OWNER: SAHILY BUSTAMANTE, PRESIDENT Item 13 - @ $17 per hour.
42. FRANMAR CORPORATION
P.O. BOX 970783 MIAMI, FL 33197 OWNER: PETER BERMONT, PRESIDENT
Item 13 - @ $50 per hour.
43. GESPER BUS SERVICE CO.
1130 N.W. 140 STREET MIAMI, FL 33168 OWNER: GESPER SAINTE-SUME, DIRECTOR Item 13 - @ $38 per hour.
44. J. RUIZ SCHOOL BUS SERVICE, INC. 1021 WEST 46 STREET HIALEAH, FL 33012 OWNER: JOSE RUIZ, PRESIDENT M/WBE ELIGIBLE Item 13 - @ $35 per hour.
45. MARIA GAMBOA BUS SERVICE, INC. P.O. BOX 173286 HIALEAH, FL 33017 OWNER: MARIA GAMBOA Item 13 - @ $15 per hour. Page 11 of 12
46. Authorize Procurement Management Services to purchase up to the estimated amount of $350,000. Board approval of this recommendation does not mean the amount shown will be expended.
RHH/ae
Page 12 of 12
Office of Superintendent of Schools January 4, 2012 Board Meeting of January 18, 2012 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: AWARD BID NO. 003-MM03 – MOBILE CAFETERIA
TABLES COMMITTEE: INNOVATION, EFFICIENCY & GOVERNMENTAL RELATIONS LINK TO STRATEGIC FRAMEWORK: FINANCIAL EFFICIENCY/STABILITY The purpose of this bid is to purchase and deliver, at firm unit prices, quantities, as may be required, of mobile cafeteria tables, for Miami-Dade County Public 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. Six (6) vendors responded to this advertised solicitation. Fund Source Various RECOMMENDED: That The School Board of Miami-Dade County, Florida, AWARD
Bid No. 003-MM03 – MOBILE CAFETERIA TABLES, to purchase and deliver, at firm unit prices, quantities, as may be required, of mobile cafeteria tables, for Miami-Dade County Public Schools, during the term of the bid, effective January 18, 2012, through January 17, 2014, as follows:
Page 1 of 3 E-142
1. VIRCO, INC. 2027 HARPERS WAY TORRANCE, CA 90501 OWNER: ROBERT A. VIRTUE, PRESIDENT
Low Unit Price Meeting Specifications: Items 1 through 3B, 5 through 7A, and 8.
Item 1 - Cafeteria table, mobile, folding, 10’, 12 seats, minimum order 25 or more @ $794 each, standard inside delivery. Item 1A - Cafeteria table, mobile, folding, 10’, 12 seats, minimum order 5 to 24 @ $794 each, standard inside delivery. Item 1B - Cafeteria table, mobile, folding, 10’, 12 seats, minimum order 1 to 4 @ $794 each. Item 2 - Cafeteria table, mobile, folding 12’, 12 seats, minimum order 25 or more @ $814 each, standard inside delivery. Item 2A - Cafeteria table, mobile, folding, 12’, 12 seats, minimum order 5 to 24 @ $814 each, standard inside delivery. Item 2B - Cafeteria table, mobile, folding, 12’, 12 seats, minimum order 1 to 4 @ $814 each. Item 3 - Cafeteria table, mobile, folding, 12’, 16 seats, minimum order 25 or more @ $850 each, standard inside delivery. Item 3A - Cafeteria table, mobile, folding, 12’, 16 seats, minimum order 5 to 24 @ $850 each, standard inside delivery. Item 3B - Cafeteria table, mobile, folding, 12’, 16 seats, minimum order 1 to 4 @ $850 each. Item 5 - Cafeteria bench, mobile, folding, 12’, minimum order 1 to 5 @ $814 each. Item 5A - Cafeteria bench, mobile, folding, 12’, assembly and installation, minimum order 1 to 5 @ $814 each, standard inside delivery. Item 6 - Cafeteria bench, mobile, folding, 10’, minimum order 1 to 5 @ $794 each. Item 6A - Cafeteria bench, mobile, folding, 10’, assembly and installation, minimum order 1 to 5 @ $794 each, standard inside delivery. Page 2 of 3
Item 7 - Cafeteria bench, mobile, folding, 8’, minimum order 1 to 5 @ $700 each. Item 7A - Cafeteria bench, mobile, folding, 8’, minimum order 1 to 5 @ $700 each, standard inside delivery. Item 8 - Balance of line 65% off of price list
2. SCHOOLHOUSE PRODUCTS, INC.
13517 PRESTIGE PLACE, SUITE 101 TAMPA, FL 33635 OWNER: DENISE POSUSTA, VICE PRESIDENT
Low Unit Price Meeting Specifications: Items 4 through 4B, and 8.
Items 4 - Cafeteria convertible bench, mobile, folding, minimum order 25 or more @ $346.08 each, standard inside delivery. Item 4A - Cafeteria convertible bench, mobile, folding, minimum order 9 to 34 @ $346.08 each, standard inside delivery. Item 4B - Cafeteria convertible bench, mobile, folding, minimum order 1 to 8 @ $346.08 each. Item 8 - Balance of line 35% standard inside delivery and 30% delivered and installed.
3. Authorize Procurement Management Services to purchase
up to the total estimated amount of $1,464,509. Board approval of this recommendation does not mean the amount shown will be expended.
RHH/ae
Page 3 of 3