BCPS identity mark 2016 2c
 


THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA

OFFICE OF THE SUPERINTENDENT

 

REGULAR SCHOOL BOARD MEETING

 

Tuesday, May 19, 2020 – 10:05 A.M.

Kathleen C. Wright Administration Center

600 Southeast Third Avenue, Board Room

Fort Lauderdale, Florida

 

AGENDA FOR REGULAR MEETING

 

REGULAR SCHOOL BOARD MEETINGS CAN BE VIEWED VIA LIVE STREAM OVER THE INTERNET ON THE SCHOOL DISTRICT'S WEBSITE (www.browardschools.com).

 

This Regular School Board Meeting will be conducted by Board Members via electronic communication. The meeting will also be live streamed. Due to Broward County Administrator's Emergency Order 20-01, public comments will be accepted on all agenda items in the following manner: Any person may submit written comments regarding general items and for public speakers to: Noemi Gutierrez, Supervisor, Official School Board Records, 600 Southeast Third Avenue, Fort Lauderdale, FL 33301 or by e-mail to PublicComment@browardschools.com no later than two (2) hours in advance of the published time of this Regular School Board Meeting. Anonymous comments will not be accepted; therefore, each written comment must include the person's name and address. Pursuant to School Board Policy 1100A, in the event a large group of individuals (more than twenty (20)) sign-up to speak on one agenda item, the Board Chair has the authority to adjust the time limit for each speaker to speak less than the three (3) minutes (which is approximately 400 words) usually permitted, and/or limit the overall time speakers will be heard on that item. A maximum of the first ten (10) written submissions (equaling 30 minutes) that address the School Board on general matters of public relevance (non-agenda items) will also be accepted and read into the record. Each submission should specify a topic of the matter being shared and must adhere to the approximately 400 word maximum as noted above.

 

 

May 18, 2020

 

ITEMS:

EE-33. Recommendation for Renewal and Additional Spending Authority - 58-033E - Central Bidders Registration Tool   (REVISED)

 

May 15, 2020

 

ITEMS:

G-1. Personnel Recommendations for Instructional Appointments and Leaves for the 2019/2020 School Year   (REVISED)

EE-12. Piggyback Recommendation of $500,000 or Greater - FY20-218 - Floor Finish System   (WITHDRAWN)

II-1. The School Board of Broward County, Florida 2020-2021 Organizational Chart   (ADDED)

 

CALL TO ORDER

 

PLEDGE OF ALLEGIANCE TO THE FLAG OF THE UNITED STATES OF AMERICA

 

MINUTES FOR APPROVAL

 

March 3, 2020 – School Board Operational Meeting (Supporting Docs)

March 10, 2020 – Special – Impasse Hearing (Supporting Docs)

March 31, 2020 –  Emergency School Board Meeting (Supporting Docs)

April 21, 2020 – Special – Expulsions

 

ADDED / CHANGED ITEMS

 

CLOSE AGENDA

 

COMMITTEE REPORTS

 

10:30 A.M.  (Committee Reports listed on the Regular School Board Meeting agenda
will be heard at 10:30 a.m. or immediately following the G-3 item, whichever comes first.)

 

Broward County Association of Student Councils and Student Advisor to the Board

Broward County Council PTAs/PTSAs

Broward Education Foundation

District Advisory Council

Diversity Committee

Employee Unions/Groups

ESE Advisory Council

ESOL Leadership Council

Facilities Task Force

Gifted Advisory Council

Human Relations Committee

Parent Community Involvement Task Force

Supplier Diversity & Outreach Program Advisory Committee

Technology Advisory Committee

 

SPECIAL PRESENTATIONS (Non-Board Items)

 

CONSENT AGENDA

 

REPORTS

 

Board Members

Superintendent

 

SPEAKERS

 

12:00 P.M. (Public Speakers listed on the Regular School Board Meeting agenda will
be heard at 12 p.m. or immediately following the Special Presentations.)

 

ITEMS

 

Consent agenda items will be noted by a single letter, and open agenda items will be noted by double letters in accordance with Policy 1100A.

 

G. OFFICE OF HUMAN RESOURCES

 

G-1. Personnel Recommendations for Instructional Appointments and Leaves for the 2019/2020 School Year (Supporting Docs)

 

REVISED

 

Approve the Personnel Recommendations for the 2019/2020 Appointments and Leaves as listed in the attached Executive Summary and respective lists for instructional staff. All recommendations are made with the understanding that these individuals will comply with regulations/policies as set forth by the Florida Department of Education and The School Board of Broward County, Florida.

 

The Personnel Recommendations for Instructional Employees include the following items:

 

1. Teacher Approvals

2. Substitute/Temporary Hourly Teachers

3. Instructional Leaves

 

There will be no financial impact to the School District. Funding for the positions have been allocated in the school and department budgets.

 

G-2. Personnel Recommendations for the Instructional Separation of Employment or Discipline for the 2019/2020 School Year (Supporting Docs)

 

Approve the Personnel Recommendations for Separation of Employment or Discipline as listed in the attached respective lists for instructional staff. All recommendations are made with the understanding that these individuals will comply with regulations/policies as set forth by the Florida Department of Education and the School Board of Broward County, Florida.

 

The Personnel recommendations for Instructional Employees include the following items:

 

1. Instructional Resignations and Retirements

2. Instructional Suspensions, Terminations, and Released During Probationary Period

 

There will be no financial impact to the School District

 

G-3. Personnel Recommendations for Non-Instructional Appointments and Leaves for the 2019-2020 School Year (Supporting Docs)

 

Approve the personnel recommendations for appointments and reassignments as listed on the attached Executive Summary, respective lists and individual appointments for Non-Instructional Employees. All recommendations are made pending security clearance and with the understanding that these individuals will comply with regulations/policies as set forth by the Florida Department of Education and The School Board of Broward County, Florida.

 

The Personnel Recommendations for Non-Instructional Employees include the following sections:

 

1. Non-Instructional (Non-Managerial) Approval(s)/Reassignment(s)/Promotion(s)/Demotion(s)

2. Non-Instructional (Non-Managerial) Substitutes/Temporary Employees

3. Non-Instructional (Non-Managerial) Leave(s)-Layoff(s)

4. Managerial/Professional/Technical (ESMAB, PBA, TSP) Recommended Appointments

5. Reassignment of Current School-Based and District Managerial Appointments

6. School-Based Managerial Personnel Recommended Appointments

7. School-Based and District Managerial Acting/Special/Task Assignment(s) Personnel

8. School-Based and District Managerial Leave(s)-Layoff(s)

9. Salary Adjustment(s)

 

Funding has been budgeted in the 2019-2020 school/fiscal year for all appointments through June 30, 2020.

 

G-4. Personnel Recommendations for Non-Instructional Separation of Employment and Discipline for the 2019-2020 School Year (Postponed Two (2) Separated Names: J. Brown & B. Johnson from 04/21/2020 RSBM) (Supporting Docs)

 

Approve the personnel recommendations for separation of employment and discipline as listed on the attached respective lists for Non-Instructional staff. All recommendations are made with the understanding that these individuals will comply with regulations/policies as set forth by the Florida Department of Education and The School Board of Broward County, Florida.

 

The Personnel Recommendations include the following items:

 

Non-Instructional (Non-Managerial) Resignation(s)/Retirement(s)

Non-Instructional (Non-Managerial) Suspension(s)/Termination(s)

Managerial and Professional/Technical Resignation(s)/Retirement(s)

Managerial and Professional/Technical Suspension(s)/Termination(s)

Non-Instructional Discipline

Employees contesting the recommended discipline may avail themselves of due process rights pursuant to their respective Collective Bargaining Agreements or School Board Policy 4015.

 

There is no financial impact to the School District.

 

G-5. Supplemental Pay Positions 15 (Supporting Docs)

 

Approve the recommended Supplemental Pay Positions for the 2019/2020 school/fiscal year.

 

Employees are recommended for Supplemental Pay Positions by Principal or Department Supervisor. Supplemental positions are listed alphabetically by last name, with location and supplement type. The Supplemental Pay Positions include the following type of supplements: department chairpersons, team leaders, grade level chairpersons, athletic supplements; other general supplements for the 2019-2020 school year. Requests for individuals receiving multiple supplements have been analyzed by the Office of School Performance & Accountability.

 

Supplement amounts can be found at https://www.browardschools.com/Page/31928.

 

The documentation is on file. Recommendations for staff to receive multiple supplements are consistent with the language set forth in Policy 6210. Supplements. Individuals listed meet the requirements for the Supplemental positions.

 

Funding has been budgeted in the 2019/2020 school/fiscal year for all the supplements through June 30, 2020.

 

GG. OFFICE OF HUMAN RESOURCES

 

A. RESOLUTIONS

 

AA. RESOLUTIONS

 

AA-1. Resolution #20-109, Resolution in Support of the Business Development Partnership between the Broward County School Board and the Urban League of Broward County (Supporting Docs)

 

Adopt Resolution #20-109, which recommends The School Board of Broward County, Florida name May 19, 2020 Urban League of Broward County Partnership Day

 

Broward County Public Schools is committed to the economic growth and development of the business community and is partnering with the Urban League of Broward County to provide training and assistance for emerging, small, minority, and women-owned firms.

 

There is no financial impact to the District.

 

AA-2. Resolution #20-110, Resolution in Support of the Economic and Workforce Development Partnership between the Broward County School Board and the South Florida Anchor Alliance (Supporting Docs)

 

Adopt Resolution #20-110, which recommends The School Board of Broward County, Florida name May 19, 2020 South Florida Anchor Alliance Partnership Day.

 

Broward County Public Schools is an anchor institution that impacts workforce and economic development in South Florida. This resolution affirms the District's shard objective, in these areas, with the South Florida Anchor Alliance, a collaboration of Miami-Dade and Broward County-based institutions.

 

There is no financial impact to the District.

 

AA-3. Resolution No. 20-111 - Energy Master Equipment Lease/Purchase Agreement 2020 (Supporting Docs)

 

SEE ITEM - E-10

 

Adopt Resolution No. 20-111 - Energy Master Equipment Lease/Purchase Agreement 2020.

 

Resolution No. 20-111 will authorize the execution and delivery of a master equipment lease to provide the financing structure required in conjunction with Procurement's May 19, 2020 Regular School Board Meeting (RSBM) agenda item E-10. This item (AA-3) is contingent upon approval of Procurement's May 19, 2020 RSBM agenda item E-10.

 

See Supporting Docs for continuation of Summary Explanation and Background.

 

Documents reviewed as to form and content by Bond and General Counsel.

 

Financial impact for the District will be approximately $31,500.00 in bond/special tax counsel fees and will be paid from the Treasurer's Office budget.

 

B. BOARD MEMBERS

 

BB. BOARD MEMBERS

 

CC. BOARD POLICIES

 

CC-1. The School Board of Broward County, Florida, 2019 - 2020 Organizational Chart Job Descriptions for the Division of Chief Safety, Security & Emergency Preparedness Officer (Supporting Docs)

 

Adopt the Proposed New Job Descriptions for Director, School Security Support Services and the Project Manager (SSEP); and Adopt the Proposed Revised Job Descriptions for Personnel Administrator (Professional Standards), Manager, Emergency Management, Senior Data Analyst (SSEP), and Manager (DSOC) positions, identified through the 2019-2020 Organizational Chart for Division of Chief Safety, Security & Emergency Preparedness Officer. This is the Final Reading.

 

The Proposed New Job Descriptions for the Director, School Security Support Services and the Project Manager, Safety, Security & Emergency Preparedness, and the Proposed Revised Job Descriptions for the Personnel Administrator (Professional Standards), the Manager, Emergency Management, the Senior Data Analyst - Safety, Security & Emergency Preparedness, and the Manager, District Security Operations Center positions, identified through the 2019 - 2020 Organizational Chart for the Division of Chief Safety, Security & Emergency Preparedness Officer, are being submitted for adoption. The job descriptions were publicized for rule adoption in compliance with Florida Statutes on April 9, 2020. See attached Executive Summary.

 

Copies of all supporting documents are available at the Board Members' Office on the 14th floor of the K.C. Wright Administration Center.

 

The creation and revision of these job descriptions represent no additional financial impact. The source of funding for all positions associated with this item has been encumbered as part of the department's budget.

 

CC-2. Proposed Revised Job Description for the Protective Research Analyst Position (Supporting Docs)

 

Adopt the Proposed Revised Job Description for the Protective Research Analyst position. This is the Final Reading.

 

The job description for the Protective Research Analyst position is being revised to better align the reporting relationship of the position, based upon the expected scope of work. The job description was publicized for rule adoption in compliance with Florida Statutes on April 9, 2020. See attached Executive Summary.

 

Copies of all supporting documents are available at the Board Members' Office on the 14th floor of the K.C. Wright Administration Center.

 

The revision of this job description represents no additional financial impact. The source of funding for all positions associated with this item has been encumbered as part of the department's budget.

 

CC-3. Proposed Revised Job Description for the Trainer - Safety, Security & Emergency Preparedness Position (Supporting Docs)

 

Adopt the Proposed Revised Job Description for the Trainer - Safety, Security & Emergency Preparedness position. This is the Final Reading.

 

The job description for the Trainer - Safety, Security & Emergency Preparedness position is being revised to better align the reporting relationship of the position, based upon the expected scope of work. The job description was publicized for rule adoption in compliance with Florida Statutes on April 9, 2020. See attached Executive Summary.

 

Copies of all supporting documents are available at the Board Members' Office on the 14th floor of the K.C. Wright Administration Center.

 

The revision of this job description represents no additional financial impact. The source of funding for all positions associated with this item has been encumbered as part of the department's budget.

 

CC-4. Proposed Revised Job Description for the Data Analyst - Safety, Security & Emergency Preparedness Position (Supporting Docs)

 

Adopt the Proposed Revised Job Description for the Data Analyst - Safety, Security & Emergency Preparedness position. This is the Final Reading.

 

The job description for the Data Analyst - Safety, Security & Emergency Preparedness position is being revised to better align the reporting relationship the position, based upon the expected scope of work. The job description was publicized for rule adoption in compliance with Florida Statutes on April 9, 2020. See attached Executive Summary.

 

Copies of all supporting documents are available at the Board Members' Office on the 14th floor of the K.C. Wright Administration Center.

 

The revision of this job description represents no additional financial impact. The source of funding for all positions associated with this item has been encumbered as part of the department's budget.

 

CC-5. Proposed Revised Job Description for the Console Viewer, Security, Fire and Electrical Position (Supporting Docs)

 

Adopt the Proposed Revised Job Description for the Console Viewer, Security, Fire and Electrical position. This is the Final Reading.

 

The job description for the Console Viewer, Security, Fire and Electrical position is being revised to better align the qualifications of the position, based upon the expected scope of work. The job description was publicized for rule adoption in compliance with Florida Statutes on April 9, 2020. See attached Executive Summary.

 

Copies of all supporting documents are available at the Board Members' Office on the 14th floor of the K.C. Wright Administration Center.

 

The revision of this job description represents no additional financial impact. The source of funding for all positions associated with this item has been encumbered as part of the department's budget.

 

CC-6. Proposed Revised Job Description for the Security Clearance Clerk Position (Supporting Docs)

 

Adopt the Proposed Revised Job Description for the Security Clearance Clerk position. This is the Final Reading.

 

The job description for the Security Clearance Clerk position is being revised to better align the qualifications and primary performance responsibilities of the position, based upon the expected scope of work. The job description was publicized for rule adoption in compliance with Florida Statutes on April 9, 2020. See attached Executive Summary.

 

Copies of all supporting documents are available at the Board Members' Office on the 14th floor of the K.C. Wright Administration Center.

 

The revision of this job description represents no additional financial impact. The source of funding for all positions associated with this item has been encumbered as part of the department's budget.

 

DD. OFFICE OF THE CHIEF AUDITOR

 

E. OFFICE OF STRATEGY & OPERATIONS

 

E-1. Supplier Diversity Outreach Program as of March 31, 2020 (Supporting Docs)

 

Receive Supplier Diversity Outreach Program (SDOP) Report.

 

The SDOP Report provides The School Board of Broward County, Florida an update on the continual progress of the program.

 

There is no financial impact to the District.

 

E-2. Pre-Qualification of Contractors - Superintendent's Recommendations Regarding Pre-Qualification Certification (Supporting Docs)

 

Approve the recommendation by the Superintendent indicated in the Superintendent Recommendations - Tracking Report.

 

The Pre-Qualification Application process is in accordance with State Requirements for Educational Facilities, F.S. 1013.46, and Board Policies 7003 and 7003.1. The Qualification Selection Evaluation Committee (QSEC) convened on April 29, 2020 to review staff's recommendations concerning pre-qualification applications.

 

There is no financial impact to the District.

 

E-3. Recommendation to Approve First Amendment and First Renewal to Agreements - 17-047N - Yearbooks and Memory Books (Supporting Docs)

 

Approve the recommendation of the above First Amendment and First Renewal of the above Request for Proposal (RFP). Contract Term: March 22, 2017 through May 31, 2021, Four (4 ) Years, Two (2) Months; User Department: Office of School Performance & Accountability (OSPA); Awarded Amount: NONE; Awarded Vendor(s): Taylor Publishing Co. d/b/a Balfour; Herff Jones LLC; Jostens, Inc.; Plattsco, Inc. d/b/a YearbookLife; Shutterfly Lifetouch, LLC; Strawbridge Studios, Inc.; Walsworth Publishing Company; Small/Minority/Women Business Enterprise Vendor(s): None.

 

This RFP is used by OSPA and provides a pool of qualified vendors to be utilized by the District. Each awardee has a local representative to assist the schools in producing high-quality books encapsulating the personal experiences, highlights, and trademarks of each school. The purpose of the amendment is to renew for an additional year through May 31, 2021.

 

These Agreements have been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

A copy of the Original Executed Documents are available online at:

http://www.broward.k12.fl.us/supply/agenda/RFP_17-047N_YearbooksandMemoryBooks.pd f

 

There is no financial impact to the District as payments are made by parents/guardians.

 

E-4. Recommendation to Approve Contract Extension - 16-001H - Banking and Custodial Services (Supporting Docs)

 

Approve the recommendation for a contract extension for the above Request for Proposal (RFP). Contract Term: June 2, 2015 through December 31, 2020, Five (5) Years, Six (6) Months; User Department: Treasurer's Office; Award Amount: $1,075,000; Awarded Vendor(s): Bank of America, N.A.; Small/Minority/Women Business Enterprise Vendor(s): None.

 

This request is to approve the First Amendment to the Agreement to extend this contract for one hundred eighty (180) days. This RFP provides the Treasurer's Office the ability to acquire Banking Services that include general banking and cash management to facilitate the day-to-day financial transactions of the District.

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

A copy of the RFP documents are available online at: http://www.broward.k12.fl.us/supply/agenda/RFP_16-001R_BankingandCustodialServices.pdf

 

There is no additional financial impact to the District.

 

E-5. Recommendation to Approve First Amendment and Renewal - FY20-072 - Global Citizenship e-Classroom for Middle Students Around the World (Supporting Docs)

 

Approve the First Amendment and Renewal of the above Agreement. Contract Term: July 1, 2019 through June 30, 2021, Two (2) Years; User Department: Innovative Learning; Awarded Amount: NONE; Awarded Vendor(s): Global Cities, Inc.; Small/Minority/Women Business Enterprise Vendor(s): None.

 

The purpose of this Amendment is to renew for an additional year, extending the contract through June 30, 2021. The Global Cities, Inc. program called Global Scholars connects participating middle school students to other national and international students using internet-based educational activities, project-based learning, and other instructional strategies to develop student's global citizenship.

 

 This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

There is no financial impact to the District.

 

E-6. Recommendation to Approve Renewal - 16-129T - Sale of Surplus Metals - Pre Approval of Vendors (Supporting Docs)

 

Approve the second renewal for the above Invitation to Bid (ITB). Contract Term: August 17, 2016 through May 31, 2021, Four (4) Years, Nine (9) Months; User Department: Procurement & Warehousing Services (PWS); Award Amount: $INCOME; Awarded Vendor(s): Capital Scrap Metal, LLC; Small/Minority/Women Business Enterprise vendor(s): None.

 

This request is to renew ITB 16-129T - Sale of Surplus Metals for one (1) additional year, June 1, 2020 through May 31, 2021. The services provided under this ITB will provide the District the opportunity to dispose of ferrous and non-ferrous surplus metals such as aluminum, steel, copper and white goods (refrigerators and stoves).

 

A copy of the ITB documents are available online at: http://www.broward.k12.fl.us/supply/agenda/ITB_16-129T_SaleofSurplusMetals-Pre-ApprovalofVendors.pdf

 

There is a positive financial impact to the District

 

E-7. Recommendation to Reject all Bids - FY 20-191 - Commercial Production Printing Devices (Supporting Docs)

 

Approve the recommendation to reject all bids for the above-mentioned Invitation to Bid.

 

In accordance with Section 6A-1.012(12)(c), Florida Administrative Code, and Part II, Section J of Purchasing Policy 3320 and Section 4, General Condition 6 of ITB FY20-191: “In the best interest of The School Board of Broward County, Florida (SBBC), the School Board reserves the right to: .... 2) reject any or all bids received when there are sound documented business reasons that serve the best interests of SBBC”. Bids ranged from $202,000 to $209,000 per year and in consideration of budgetary limitations and restrictions, this amount exceeds what the District is willing to pay for these services.

 

There is no financial impact to the District.

 

E-8. Recommendation to Approve Second Renewal - 17-011N- Microscope and Balance Repair and Service (Supporting Docs)

 

Approve the second renewal of the above Invitation to Bid (ITB). Contract Term: July 27, 2016 through June 30, 2021, Five (5) Years; User Department: Secondary Learning; Award Amount: $250,000; Awarded Vendor(s): Capital Microscope Services, Inc.; SEO Enterprises, Inc.; Small/Minority/Women Business Enterprise Vendor(s): None.

 

This ITB provides the Science Curriculum Department with repair and service for all of the microscopes and balances throughout the District. The purpose of this ITB is to provide a more economical means of servicing and repairing microscopes and balances for the elementary, middle, and high schools.

 

A copy of the ITB documents are available online at:

http://www.broward.k12.fl.us/supply/agenda/ITB_17-011N_MicroscopeandBalanceRepairandService.pdf

 

There is no additional financial impact to the District for this renewal because adequate spending authority from the previous term is available for this renewal.

 

E-9. Correction of Scrivener’s Error in Item E-8 from Regular School Board Meeting of January 14, 2020 - FY20-121 - Guaranteed Energy Performance Contracting Services (Supporting Docs)

 

Approve the correction of Art. 2.01, Term of Contract, to indicate a conclusion date of February 28, 2021; User Department: Environmental Health & Safety; Award Amount: $NONE; Awarded Vendor(s): Johnson Controls, Inc.; Small/Minority/Women Business Enterprise Vendor(s): None.

 

On January 14, 2020, the School Board approved the use of a Piggyback Agreement - FY20-121 - Guaranteed Energy Performance Contracting Services (“Agreement”). Article 2.01 of the Agreement erroneously indicated the conclusion date of the term of the contract as being June 30, 2020. The correct date of conclusion, as stated in the Piggyback Agreement, is February 28, 2021. This item corrects this Scrivener’s Error.

 

There is no financial impact to the District.

 

E-10. Recommendation for Master Services Contract for Guaranteed Energy Performance Contracting Services with Johnson Controls, Inc. - FY20-121 - Guaranteed Energy Performance Contracting Services (Supporting Docs)

 

SEE ITEM - AA-3

 

Approve the Master Services Contract for Guaranteed Energy Performance Contracting Services with Johnson Controls, Inc.; Term of Contract: One (1) Year, automatically renewed annually for up to twenty (20) years; User Department: Environmental Health & Safety; Award Amount: $NONE; Awarded Vendor(s): Johnson Controls, Inc.; Small/Minority/Women Business Enterprise Vendor(s): None.

 

This request is to approve the Performance Agreement originating from the Project Development Agreement approved at the School Board Operational Meeting of January 14, 2020, as EE-4, awarded to Johnson Controls, Inc.

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

There is no financial impact to the District.

 

E-11. Recommendation to Approve Agreement - FY21-094 - "Cook for Kids" Nutrition and Wellness Education Program (Supporting Docs)

 

Approve the recommendation to award the above Agreement. Contract Term: July 1, 2020 through June 30, 2021, Twelve (12) Months; User Department: Food & Nutrition Services; Award Amount: $NONE; Awarded Vendor(s): Wellness in the Schools, Inc.; Small/Minority/Women Enterprise Vendor(s): None.

 

This request is to approve the Agreement FY21-094 - "Cook for Kids" Nutrition and Wellness Education Program. Through this Agreement, Wellness in the Schools, Inc., will provide ten (10) schools with a "Cook for Kids" program and other related initiatives to promote proper nutrition and wellness at the District's schools.

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

There is no financial impact to the District.

 

E-12. First Amendment to Pre-Apprenticeship Agreement from CareerSource Broward (Supporting Docs)

 

Approve the First Amendment to the Agreement No. 2019-2020-CR-ISY-PA-2335 between The School Board of Broward County, Florida, and CareerSource Broward. The original Agreement was approved by the Board on June 25, 2019. The Amendment extends the end date of the original Agreement from June 30, 2020, to December 31, 2020, and modifies the budget providing no additional funds.

 

The original Agreement provided funding to serve in-school youth in a pre-apprenticeship program. The Amendment extends the end date of the original Agreement from June 30, 2020, to December 31, 2020, and modifies the budget providing no additional funds. The impact of the COVID-19 crisis postponed the planned student summer internships, which were to be funded by this grant. The extension will allow for students to engage in internships during the first semester of the 2020/21 school year. The program design includes individual career pathway plans, employability skills development, financial literacy skills, and on-the-job training delivered by District teachers, counselors, and job coaches.

 

The Amendment has been reviewed and approved as to form and legal content by the Office of the General Counsel. This Amendment will be executed after School Board approval.

 

There is no additional financial impact to the District.

 

EE. OFFICE OF STRATEGY & OPERATIONS

 

EE-1. Grant Applications - Post-Submission (Supporting Docs)

 

Approve the submission of the following grant applications (A-S): A. Braitmayer Foundation, $33,640 (requested) B. Citrix, $10,000 (awarded) C. Cruise Industry Charitable Foundation, $6,000 (requested) D. Dick's..., $10,000 (awarded) E. Florida Education...(1), $4,000 (awarded) F. Florida Education...(2), $45,000 (requested) G. GenYouth, $153,000 (requested) H. Jobs for Florida’s Graduates (1), $45,000 (awarded) I. Jobs for Florida’s Graduates (2), $45,000 (awarded) J. Jobs for Florida’s Graduates (3), $45,000 (awarded) K. Jobs for Florida’s Graduates (4), $45,000 (awarded) List is continued in the Summary Explanation and Background section below.

 

L. Jobs for Florida’s Graduates (5), $45,000 (awarded) M. Jobs for Florida’s Graduates (6), $135,000 (awarded) N. McCarthey Dressman Education Foundation, $30,000 (requested) O. Miami Dolphins, $125,000 (awarded) P. National Science Foundation, $358,619 (requested) Q. United States Department of Education, $2,425,230 (awarded) R. United Way, $54,750 (awarded) S. University of Central Florida, $362,167 (requested) Copies of the grant applications and executive summaries are available at the School Board members' office on the 14th floor of the K.C. Wright Administration Center.

 

The potential positive financial impact if all projects are awarded is $3,977,406 from various sources.

 

EE-2. Grant Application - Pre-Submission (Supporting Docs)

 

Approve the submission of the following grant application:

A. United States Department of Education - Teacher and School Leader Incentive Program, $19,500,000 (requested)

 

Copies of the grant applications and executive summaries are available at the School Board members' office on the 14th floor of the K.C. Wright Administration Center.

 

The potential positive financial impact if the project is awarded is $19,500,000 from the United States Department of Education.

 

EE-3. Agreement with Digital Promise Global (Supporting Docs)

 

Approve the Agreement between The School Board of Broward County (SBBC), Florida, and the National Center for Research in Advanced Information and Digital Technologies d/b/a Digital Promise Global. The Agreement term begins upon Board approval and ends on July 30, 2022. The authorized budget period shall begin upon Board approval and shall not extend beyond July 30, 2022. The District must apply for an additional two years support.

 

The District will receive $35,000 per coach at each of the five middle schools ($350,000 over 2 years) from Digital Promise. The remainder of the funding, approximately $40,000 per coach ($400,000 over two years) for the coaches’ salaries will come from Title I. Part of the coaches’ salaries will be coded to the grant and the other to Title I. The Verizon Innovative Learning Schools grant will give a device to each student and teacher at the schools, a 10 GB monthly data plans, protection plans for accidental damage and device failure, and professional learning for coaches and teachers. The School Board approved the $18,000,000 grant from Digital Promise on October 2, 2019 (Item EE-1 M), an estimated $1,800,000 per school for the ten middle schools applying. After two applications, interviews, and site visits, five schools were selected.

 

The Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The positive financial and in-kind impact of this grant is $9,000,000, including $350,000 over two years financial impact to support instructional coaches at each of the five selected middle schools. The remainder of the funding, approximately $40,000 per coach ($400,000 over two years) for the coaches’ salaries will come from Title I.

 

EE-4. First Amendment to Terms and Conditions with Sprint and 1Million Project Foundation (Supporting Docs)

 

Approve the First Amendment to the Terms and Conditions between The School Board of Broward County, Florida (SBBC), the 1Million Project Foundation, and Sprint.

 

This is the fourth year that SBBC is partnering with Sprint and the 1Milliion Project Foundation. In this amendment, program eligibility is expanded to students in K-12th grade (formerly only 9-12). Through this program, students without reliable home internet and limited access to technology may receive either a free smartphone, or hotspot device and up to 10GB of high-speed LTE data per month. District schools will be able to request inventory from the 12,500 device goal (valued at about $180 each) to be distributed through a five year period. Participating students and types of devices requested will be determined by each school. The School Board approved the grant from Sprint and the 1Milliion Project Foundation on April 18, 2017 (Item EE-1).

 

The First Amendment to the Terms and Conditions have been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The positive financial impact is approximately $2.25 million over five years in the form of an in-kind donation of up to 12,500 of smartphones, tablets, laptops, or hotspot devices from the 1Million Project Foundation. There is no additional financial impact to the District.

 

EE-5. Opening and Closing School Times 2020-21 Regular Term (Supporting Docs)

 

Approve the Opening and Closing School Times 2020-21 Regular Term.

 

Student Transportation & Fleet Services (STFS) continues to strive to improve the level of service being provided to all stakeholders.

 

STFS is making no changes to the opening and closing school times at this time.

 

School bell times are scheduled to minimize operational costs to the District whenever feasible.

 

EE-6. Recommendation to Approve Agreement - FY21-097 - Latinos in Action (Supporting Docs)

 

Approve the recommendation for the above Agreement. Contract Term: Upon execution of all parties through June 30, 2022, Two (2) Years and One (1) Month with an option for two (2) additional one (1) year renewal periods; User Department: Bilingual/ESOL Department; Award Amount: $148,500; Awarded Vendor(s): Latinos In Action, Inc.; Small/Minority/Women Business Enterprise Vendor(s): None.

 

This Agreement will facilitate the "Latinos in Action" initiative managed by the Bilingual/ESOL Department. The parameters include teaching students about culturally responsive social and emotional learning, college and career readiness, and leadership development.

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The estimated financial impact to the District will be $148,500. The funding source will come from ESOL/Bilingual General Fund. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-7. Recommendation of $500,000 or Less - FY20-210 - Storm Sewer & Sewer Main Cleaning & Repairs (Supporting Docs)

 

Approve the recommendation to award the above Invitation to Bid (ITB). Contract Term: June 18, 2020, or on the date of its approval by SBBC, whichever date is later through May 31, 2023 (or three (3) years after the actual date of commencement), Three (3) Years, with an option for two (2) additional one (1) year renewal periods; User Department: Environmental Health & Safety (EH&S) and Physical Plant Operations (PPO); Award Amount: $160,100; Awarded Vendor(s): Shenandoah General Construction LLC; All Liquid Environmental Services, LLC d/b/a Johnson Environmental Services; National Water Main Cleaning Company; Small/Minority/Women Business Enterprise Vendor(s): None.

 

The School Board of Broward County, Florida (SBBC), received five (5) responses for ITB FY20-210 - Storm Sewer & Sewer Main Cleaning & Repairs. This ITB will be utilized by EH&S and PPO to provide sanitary sewer service, cleaning, repair, video inspections, and maintenance of storm and gravity sewer mains throughout Broward County for general maintenance and permitting renewal operations.

 

A copy of the ITB documents are available online at: http://www.broward.k12.fl.us/supply/agenda/ITB_FY20-210_StormSewer&SewerMainCleaning&Repairs.pdf

 

The estimated financial impact to the District will be $160,100. Due to the COVID-19, the spending authority requested covers the estimated amount projected for the first twelve (12) months; therefore, additional spending authority, to cover the remaining term of the ITB will be requested in a future date.The funding source will come from EH&S and PPO operating budgets. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-8. Piggyback Recommendation of $500,000 or Greater - FY20-193 - Flooring Materials, with Related Supplies and Services (Supporting Docs)

 

Approve the recommendation to make a piggyback award to the vendor(s) awarded by Sourcewell, Contract No. RFP080819; Contract Term: Date of approval by The School Board of Broward County, Florida through October 11, 2023, Three (3) Years, Five (5) Months; User Department: Physical Plant Operations (PPO); Award Amount: $512,000; Awarded Vendor(s): Interface Americas, Inc.; Mannington Mills, Inc.; Shaw Industries, Inc.; Small/Minority/Women Business Enterprise Vendor(s): None.

 

This Piggyback provides the District with three (3) vendors that PPO can access to purchase carpeting, vinyl tile, cove base, laminate flooring, related installation services, products, equipment, and supplies, as part of the Preventive/Routine Maintenance and Capital Improvement Programs.

 

These Agreements have been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

A copy of the RFP is available online at: http://www.broward.k12.fl.us/supply/agenda/RFP_FY20-193_FlooringwithRelatedEquipment,Products.pdf

 

The estimated financial impact to the District will be $512,000. Due to the COVID-19, the spending authority requested covers the estimated amount projected for the first twelve (12) months; therefore, additional spending authority, to cover the remaining term of the piggyback Agreement will be requested in a future date. The funding source will come from PPO budget, Safety budget, School's budget and SMART. The financial impact represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-9. Recommendation to Approve Agreement - FY20-130 - Construction Services Minor Projects (CSMP) (Supporting Docs)

 

Approve the agreements for Construction Services Minor Projects (CSMP) attached hereto as Exhibit 3, with a cumulative, maximum construction project values that can be assigned in the amount of $663,000,000 over three (3) years; User Department: Office of Facilities & Construction. Awarded Vendor(s): Eighteen (18); Small/Minority/Women Business Enterprise Vendor(s): Thirteen (14).

 

This item awards term contracts for the procurement of CSMP Agreements to create a pool of pre-qualified contractors to respond as needed, when needed to meet scheduled and unscheduled project needs as required. The potential value of individual projects ranges from $0 to $2,000,000. The award of these CSMP Agreements does not guarantee or obligate the District to award any work to the CSMP Contractors.

 

These CSMP Agreements have been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

A detailed scope for this project is included in the Executive Summary (Exhibit 1).

 

This item and its associated CSMP Agreements may result in a financial impact to the District in the cumulative amount of six hundred sixty-three million dollars ($663,000,000) in construction values over the initial three (3) year term. The primary source of funding for projects under this item is Capital Funding included in the Adopted District Educational Facilities Plan.

 

EE-10. Recommendation of $500,000 or Greater - FY20-202 - Debris Monitoring Services for Natural Disasters (Supporting Docs)

 

Approve the recommendation to award the above Request for Proposal (RFP). Contract Term: June 1, 2020, or on the date of its approval by SBBC, whichever date is later through midnight May 31, 2023 (or at midnight three (3) years after the actual date of commencement); Three (3) Years, with an option for two (2) additional one (1) year renewal periods; User Department: Risk Management; Award Amount: $1,000,000; Awarded Vendor(s): Witt O'Brien's LLC; CES Consulting, Inc.; Small/Minority/Women Business Enterprise Vendor(s): None.

 

The School Board of Broward County, Florida (SBBC), received two (2) responses for RFP FY20-202 - Debris Monitoring Services for Natural Disasters. This RFP will be utilized by Risk Management for debris monitoring and Federal Emergency Management Agency consulting services.

 

These Agreements have been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

A copy of the RFP documents are available online at: http://www.broward.k12.fl.us/supply/agenda/RFP_FY20-202_DebrisMonitoringServicesforNaturalDisasters.pdf

 

The estimated financial impact to the District will be $1,000,000. Due to COVID-19, spending authority being requested is one ($1) million dollars. Should a catastrophic hurricane occur in which expenses are projected to exceed one ($1) million dollars, staff will request additional spending authority from the School Board. The funding source will come from Capital Reserves if there is a natural disaster. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-11. Recommendation of $500,000 or Greater - FY21-082 - Plasticware and Flatware Cutlery for Cafeterias (Supporting Docs)

 

Approve the recommendation to award the above Invitation to Bid (ITB). Contract Term: July 1, 2020 through August 31, 2021, Thirteen (13) Months with an option for two (2) additional one (1) year renewal periods; User Department: Food & Nutrition Services (FNS); Award Amount: $685,000; Awarded Vendor(s): Dade Paper & Bag dba Imperial Dade; Small/Minority/Women Business Enterprise Vendor(s): None.

 

The School Board of Broward County, Florida, received eight (8) proposals in response to ITB FY21-082 - Plasticware and Flatware Cutlery for Cafeterias. FNS purchases both bulk and individually packaged cutlery items that are used in the District's cafeterias.

 

A copy of the ITB documents are available online at: http://www.broward.k12.fl.us/supply/agenda/ITB _FY21-082_PlasticwareCutleryforCafeterias.pdf

 

The estimated financial impact to the District will be $685,000. The funding source will come from FNS operating budget. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-12. Piggyback Recommendation of $500,000 or Greater - FY20-218 - Floor Finish System (Supporting Docs)

 

WITHDRAWN

 

Approve the recommendation to make a Piggyback award to the vendor awarded by the Panhandle Area Educational Consortium (PAEC) for Request for Proposal (RFP) 17-08 for Office and Custodial Supplies; Contract Term: May 20, 2020 through April 11, 2021, Eleven (11) Months; User Department: Physical Plant Operations (PPO); Award Amount: $1,000,000; Awarded Vendor(s): Pro-Link, Inc.; Small/Minority/Women Business Enterprise Vendor(s): None.

 

Purchasing Policy 3320, Part II, Section M, permits the District to piggyback on contracts awarded by Public or Governmental Agencies, or other School Districts. This RFP was awarded by PAEC and will allow the District to purchase floor finish and associated products from Pro-Link, Inc. through its Florida State approved distributor, South Florida Janitorial & Pool Supply, Inc.

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

A copy of the RFP documents are available online at: http://www.broward.k12.fl.us/supply/agenda/RFP_17-08_PanhandleAreaEducationalConsortium.pdf

 

The estimated financial impact to the District will be $1,000,000. The funding source will come from approved existing schools', departments', and centers' budgets. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-13. Recommendation to Approve Agreement - FY20-204 - Computer Science Teacher Education Certification (Supporting Docs)

 

Approve the recommendation of the above Agreement. Contract Term: Upon execution of both parties through May 31, 2021, One (1) Year; User Department: Applied Learning; Award Amount: $147,500; Awarded Vendor(s): CodeHS, Inc.; Small/Minority/Women Business Enterprise Vendor(s): None.

 

This Agreement is for a new course to prepare teachers for the Florida Teacher Certification Exam K-12 Computer Science educator certification exam. The School Board of Broward County, Florida, has an initial cohort of one hundred (100) teachers through a grant from the Florida Department of Education (FLDOE).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The estimated financial impact to the District will be $147,500. The funding source will come from the FLDOE allocation. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-14. Recommendation to Approve Extension of Agreements and Spending Authority Reduction- 15-090E - Network and Telecommunication Goods and Services (E-Rate) (Supporting Docs)

 

Approve the extension of the above Agreements. New Contract Term: July 1, 2015 through December 28, 2020, Five (5) Years, Six (6) Months; User Department: Information Technology; Original Award Amount: $144,000,000; Reduction Amount: $63,000,000; New Contract Award Amount: $81,000,000; Awarded Vendor(s): AT&T Corp; JDL Technologies Inc.; Universal Cabling Systems, Inc; Small/Minority/Women Business Enterprise(s): None.

 

This Request for Proposal was developed to provide a consolidated, E-Rate compliant, competitive bid opportunity for a broad scope of network and telecommunications goods and services. A multitude of refresh projects are in progress across the District and connected to this Bid for E-rate funding, therefore, this extension will allow staff the time required to complete and comply with filing requirements.

 

These Agreements have been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

A copy of the RFP documents are available online at: http://www.broward.k12.fl.us/supply/agenda/RFP_15-090E_NetworkandTelecommunicationsGoodsandServices(E-Rate).pdf

A copy of the Original Executed Documents are available online at: http://www.broward.k12.fl.us/supply/agenda/OriginalExecutedDocuments_15-090E.pdf

 

The estimated financial impact reduction to the District will be $63,000,000. The contract award was for $144,000,000, bringing the new contract value to $81,000,000. The funding source is the Information Technology operating budget. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-15. Recommendation of $500,000 or Less - FY21-010 - Employment/Income Verification and Unemployment Compensation Administrative & Cost Control Services (Supporting Docs)

 

Approve the recommendation to award the above Request for Proposal (RFP). Contract Term: July 1, 2020 through June 30, 2023, Three (3) Years; User Department: Human Resources Support Services; Award Amount: $16,000: Awarded Vendor(s): Strategic Cost Control, Inc. d/b/a Corporate Cost Control; Small Minority/Women Business Enterprise Vendor(s): None.

 

The vendor will provide Employment/Income Verification and Unemployment Compensation Administrative and Cost Control Services and will serve as the designated agent of Record for Unemployment and Employment Verifications. CCC is the incumbent and has been providing these services for the last five (5) years. CCC will be providing Small/Minority/Women Business Enterprises participation under this Agreement to provide unemployment hearing consulting services as outlined in their proposal.

 

This Agreement has been reviewed and approved as to form and legal content by the office of the General Counsel.

 

A copy of the RFP documents are available online at:

http://www.broward.k12.fl.us/supply/agenda/RFP_FY21-010_EmploymentIncomeVerification.pdf

 

Due to the COVID-19, the spending authority requested of $16,000 covers the estimated amount projected for the first twelve (12) months; therefore, additional spending authority, to cover the remaining term of the Agreement will be requested in a future date. The funding source will come from the District's General Fund as set aside from the unemployment line item. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-16. Recommendation for Renewal and Reduction of Spending Authority - FY20-074 - Locksmith Services and Window Hardware & Shutter Services (Supporting Docs)

 

Approve the recommendation for the first renewal and reduction of spending authority of the above Invitation to Bid (ITB). Contract Term: September 4, 2019 through July 31, 2021, One (1) Year, Eleven (11) Months; User Department: Physical Plant Operations (PPO); Reduced Amount: $154,000; New Award Amount: $146,000; Awarded Vendor(s): Miami Downtown Locksmith, Inc.; JMY Investments, LLC d/b/a The Flying Locksmiths - Miami South; Small/Minority/Women Business Enterprise Vendor(s): None.

 

This request is to renew ITB FY20-074 - Locksmith Services and Window Hardware & Shutter Services for one (1) additional year, August 1, 2020 through July 31, 2021, as per Bid Special Condition 5, Contract Renewal which states that: "The term of bid shall be for one (1) year and may, by mutual agreement between The School Board of Broward County, Florida, and the awardee, be renewed for two (2) additional one (1) year periods", and to reduce the spending authority by $154,000.

 

A copy of the ITB documents are available online at: http://www.broward.k12.fl.us/supply/agenda/ITB_FY20-074_LocksmithServicesandWindowHardware&ShutterServices.pdf

 

The reduction of the spending authority being requested is $154,000. The new spending authority will be $146,000.Due to the COVID-19, the reduction of the spending authority requested covers the estimated amount projected for the first twelve (12) months renewal period; therefore, additional spending authority, to cover the remaining term of the ITB will be requested in a future date.

 

EE-17. Recommendation to Approve Second Amendment and Renewal - 58-130E - Virtual Interactive Training Agent (VITA) Program (Supporting Docs)

 

Approve the recommendation of the above Second Amendment and Renewal. Contract Term: June 13, 2018 through June 13, 2021, Three (3 ) Years; User Department: Exceptional Student Learning Support; Awarded Amount: NONE; Awarded Vendor(s): The Dan Marino Foundation, Inc.; Small/Minority/Women Business Enterprise Vendor(s): None.

 

This Agreement with the Dan Marino Foundation was created to increase students' opportunity to obtain gainful employment through utilizing their Virtual Interactive Training Agent system to practice and significantly improve interview skills. This renewal will extend the expiry date to June 13, 2021.

 

The Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The positive financial impact to the District, for the software donated by the Dan Marino Foundation, is valued at $14,560.

 

EE-18. Recommendation to Approve Agreement - FY21-099 - Destination Knowledge Agreement (Supporting Docs)

 

Approve the recommendation for the above Agreement. Contract Term: June 22, 2020 through June 30, 2023, Three (3) Years; User Department: Exceptional Student Learning Support; Award Amount: $663,795; Awarded Vendor(s): DKMarsh, Inc., d/b/a Destination Knowledge; Small/Minority/Women Business Enterprise Vendor(s): None.

 

The School Board of Broward County, Florida will provide materials and resources to District eligible private school students, through the Individuals with Disabilities Education Proportionate Share for Private School Obligations.

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The estimated financial impact to the District will be $663,795. The funding source will come from the Proportionate Share for Private School Obligations project. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-19. Recommendation of $500,000 or Less - FY20-224 - Universal Screening Instrument for Gifted (Supporting Docs)

 

Approve the recommendation to award the above Agreement. Contract Term: Upon execution through May 30, 2023, Three (3) Years with two (2) optional renewal periods; User Department: Innovative Learning; Award Amount: $240,850; Awarded Vendor(s): Riverside Assessments, LLC; Small/Minority/Women Business Enterprise Vendor(s): None.

 

This Agreement will facilitate student-centered services and includes twenty thousand (20,000) yearly licenses to administer the CogAT 8 online to all 2nd-grade students across the District and for select 2nd-graders in charter schools who opt-in and purchase the assessment. The CogAT 8 is an abilities test that measures students in three (3) areas: Verbal, Non-Verbal, and Quantitative. The scores are used to determine which students should go on for further testing for possible gifted eligibility and to identify individual student strengths and weaknesses so that teachers can adapt and differentiate the classroom instruction to meet individual student needs, learning styles, and abilities.

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The estimated financial impact to the District will be $240,850 and will be funded by the Student Assessment and Research Department. Due to the COVID-19, the spending authority requested covers the estimated amount projected for the first twelve (12) months; therefore, additional spending authority, to cover the remaining term of the Agreement will be requested in a future date. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-20. Recommendation to Approve Second Renewal and Additional Spending Authority - 17-013N- Marker Boards and Tack Boards (Supporting Docs)

 

Approve the Additional Spending Authority of the above Invitation to Bid (ITB). Contract Term: July 27, 2016 through June 30, 2021, Five (5) Years; User Department: District-Wide; Additional Amount Requested: $31,000; New Award Amount: $380,000; Awarded Vendor(s): Florida Visual Display Products, Inc. d/b/a Florida Chalkboard Company; Small/Minority/Women Business Enterprise Vendor(s): None.

 

This request is to approve the Second Renewal and Additional Spending Authority for the above-mentioned ITB. The purpose of this Bid is to provide various large-size marker boards and tack boards for use in classrooms, conference rooms and offices when the existing marker, tack, or chalkboard is beyond economical repair.

 

A copy of the ITB documents are available online at:

http://www.broward.k12.fl.us/supply/agenda/ITB_17-013N_MarkerBoardsandTackBoards.pdf

 

The estimated financial impact to the District will be $31,000. The contract award amount was for $349,000. The request is to increase the spending authority by $31,000, bringing the new contract value to $380,000. The funding source will come from Physical Plants Operation's operating budget. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-21. Recommendation of Continuation - FY21-034 - Continuation of the Lease or Maintenance of District Software & Hardware for Fiscal Year 2020-2021 (Supporting Docs)

 

Approve the continuation of the lease or maintenance of the District software and hardware for the Fiscal Year 2020-2021; Contract Term: July 1, 2020 through June 30, 2021, One (1) Year; User Department: Information Technology (IT); Award Amount: $5,026,705; Awarded Vendor(s): Multiple; Small/Minority/Women Business Enterprise Vendor(s): None.

 

This agenda item is requesting authority approval to provide maintenance support for major curriculum and business software and hardware technology systems for the Fiscal Year 2020-2021. District schools and departments utilize many of the curriculum, operational software, and hardware technology systems that are provided by various vendors. In an effort to maintain these systems, the IT Department established a process to streamline and consolidate requests for spending authority on an extensive number of annual maintenance, licenses, and lease renewals. To process the renewals, as required by some vendors, the Chief Information Officer signs order forms. This process was established and has been used since 2000.

 

The total financial impact to the District will be $5,026,705. Funding sources: Innovative Learning $210,104; BECON $351,068; Food & Nutrition Services $182,962; Risk Management $125,200; Technical Education $639,088; IT $3,518,283. The financial amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-22. Recommendation for Renewal and Additional Spending Authority - 18-014R - School Bus Transportation Services (Supporting Docs)

 

Approve the recommendation to renew and increase the spending authority for the above Invitation to Bid (ITB). New Contract Term: July 1, 2017 through June 30, 2021, Four (4) Years; User Department: District-wide; Additional Spending Authority: $118,000; New Award Amount: $2,218,000; Awarded Vendor(s): Six (6): Small Minority/Women Business Enterprise Vendor(s): One (1).

 

ITB 18-014R - School Bus Transportation Services utilized by various schools to provide extracurricular transportation services to transport students staff, chaperones, and advisors to and from athletics, scholastic events and field trips. Transportation services may include day trips to various sites throughout Palm Beach, Broward, and Miami-Dade counties.

 

A copy of the bid document are available online at:

http://www.broward.k12.fl.us/supply/agenda/ITB_18-014R_SchoolBusTransportationServices.pdf

 

The estimated financial impact to the District will be $118,000. The contract award amount was for $2,100,000. The request is to increase the spending authority by $117,000, bringing the new contract value to $2,218,000. The funding source will come from various schools and department operating budgets. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-23. Recommendation of $500,000 or Greater - FY21-050 - Gradebook Software Application (Supporting Docs)

 

Approve the recommendation to award the above Agreement. Contract Term: July 1, 2020 through June 30, 2023, Three (3) Years; User Department: Information Technology (IT); Award Amount: $902,781; Awarded Vendor(s): Wazzle, LLC; Small/Minority/Women Business Enterprise Vendor(s): None.

 

Wazzle, LLC provides the District with Pinnacle Gradebook software. Pinnacle is critical software utilized by all teachers, administration, students, and parents to track student attendance, grades, and schedules.

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The estimated financial impact to the District will be $902,781. The funding source will come from the IT operating budget. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-24. Recommendation of $500,000 or Less - FY21-085 - Fans & Accessories (Supporting Docs)

 

Approve the recommendation to award the above Invitation to Bid (ITB). Contract Term: August 1, 2020 through December 31, 2021, Seventeen (17) Months with an option for two (2) additional one (1) year renewal periods; User Department: Physical Plant Operations (PPO); Award Amount: $360,000; Award Vendor(s): Blizzard Air Conditioning, LLC; C. Stewart & Associates, Inc.; Condo Electric Industrial Supply, Inc.; Economic Electric Motors, Inc.; The Ware Group, LLC; Small/Minority/Women Business Enterprise Vendor(s): Blizzard Air Conditioning, LLC.

 

The School Board of Broward County, Florida (SBBC), received five (5) bids for ITB FY21-085 - Fans & Accessories. The purpose of this Bid is to purchase fans and accessories for the PPO department inventory stock. The fans are used District-wide by the tradesmen and schools to replace or fix the fans in the schools and administrative sites.

 

A copy of the ITB documents are available online at: http://www.broward.k12.fl.us/supply/agenda/ITB_FY21-085_Fans&Accessories.pdf

 

The estimated financial impact to the District will be $360,000. The funding source will come from PPO's operating budget. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-25. Recommendation of $500,000 or Less - FY20-019 - Service and Repair of Sewing Machines (Supporting Docs)

 

Approve the recommendation for the above Invitation to Bid (ITB). Contract Term: May 19, 2020 through May 18, 2021, One (1) Year; User Department: Career, Technical, Adult & Community Education; Award Amount: $44,000; Awarded Vendor(s): Sunrise Sewing Machines, Inc.; Small/Minority/Women Business Enterprise Vendor(s): None.

 

This ITB is primarily used by the Fashion and Interior Design program that requires students to demonstrate skills in the construction of simple garments, in addition to alterations and repair of clothing.

 

A copy of the ITB documents are available online at:

http://www.broward.k12.fl.us/supply/agenda/ITB_FY20-019_ServiceandRepairofSewingMachines.pdf

 

The estimated financial impact to the District will be $44,000. The funding source will come from Physical Plant Operations' operating budget. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-26. Recommendation to Approve Agreement - FY21-046 - Montessori Education Method Training for Teachers (POSTPONED 04/21/20 RSBM) (Supporting Docs)

 

MEMO TO VOTE DOWN

 

Approve the recommendation to award the above Agreement FY21-046 - Montessori Education Method Training for Teachers. Contract Term: July 1, 2020 through June 30, 2023, Three (3) Years; User Department: Innovative Programs/Design Support; Award Amount: $689,143.68; Awarded Vendor(s): Barry University, Inc.; Small/Minority/Women Business Enterprise Vendor(s): None.

 

Participating teachers from Bair Middle, Beachside Montessori Village, Dr. Martin Luther King, Jr. Montessori Academy, Sunrise Middle, and Virginia Shuman Young Elementary will receive rigorous Montessori training to be certified in Montessori education. Training includes Montessori philosophy, materials and child development theory. Barry University is the only local provider of Montessori training for teachers of students at the age of nine (9) through twelve (12).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The estimated financial impact to the District will not exceed $689,143.68 for all schools included in the program. The funding source will come from the school's Magnet budget. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-27. Recommendation to Approve Agreement - FY21-046 - Montessori Education Method Training for Teachers (Supporting Docs)

 

Approve the recommendation to award the above Agreement FY21-046 - Montessori Education Method Training for Teachers. Contract Term: July 1, 2020 through June 30, 2021, One (1) Year; User Department: Innovative Programs/Design Support; Award Amount $183,883.77; Awarded Vendor(s): Barry University, Inc.; Small/Minority/Women Business Enterprise Vendor(s): None.

 

Participating teachers from Bair Middle, Beachside Montessori Village, King, Dr. Martin Luther, Montessori Academy, Sunrise Middle, and Virginia Shuman Young Montessori will receive rigorous Montessori training to be certified in Montessori education.

 

Training includes Montessori philosophy, materials, and child development theory. Barry University is the only local provider of Montessori training for teachers of students at the age of nine (9) through twelve (12).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The estimated financial impact to the District will not exceed $183,883.77 for all schools included in the program. The funding source will come from the school's Magnet budget. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-28. Recommendation to Approve Agreement - FY21-047 - Montessori Education Certification for Teachers (POSTPONED 04/21/20 RSBM) (Supporting Docs)

 

MEMO TO VOTE DOWN

 

Approve the recommendation to award the above Agreement for Montessori education training at Beachside Montessori Village; Dr. Martin Luther King Jr. Montessori Academy; Virginia Shuman Young Elementary. Contract Term: July 1, 2020 through June 30, 2025, Five (5) Years; User Department: Innovative Programs/Design Support; Award Amount: $181,800; Awarded Vendor(s): Summit Montessori Teacher Training Institute, LLC; Small/Minority/Women Business Enterprise Vendor(s): None.

 

Participating teachers from Beachside Montessori Village, Dr. Martin Luther King, Jr. Montessori Academy and Virginia Shuman Young Elementary will receive rigorous Montessori training to be credentialed in Early Childhood and Elementary I Montessori education. Training includes Montessori philosophy, materials and child development theory. The teachers participate in academic instruction and practice laboratories under the supervision of instructors from Summit Montessori. Summit Montessori has been certified as a Montessori training institute by the Montessori Accreditation Council for Teacher Education and is an affiliate of the American Montessori Society.

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The estimated financial impact to the District will not exceed $181,800 for all schools included in this contract. The funding source for the training will come from the school's Magnet budget. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-29. Recommendation to Approve Agreement - FY21-047 - Montessori Education Certification for Teachers (Supporting Docs)

 

Approve the recommendation to award the above Agreement FY21-047 for Montessori education training at Beachside Montessori Village; King, Dr. Martin Luther, Montessori Academy; Virginia Shuman Young Montessori. Contract Term: July 1, 2020 through June 30, 2023, Three (3) Years; User Department: Innovative Programs/Design Support; Award Amount: $24,400; Awarded Vendor(s): Summit Montessori Teacher Training Institute, LLC; Small/Minority/Women Business Enterprise Vendor(s): None.

 

Participating teachers from Beachside Montessori Village, King, Dr. Martin Luther, Montessori Academy, and Virginia Shuman Young Montessori will receive rigorous Montessori training to be credentialed in Early Childhood and Elementary I Montessori education. Training includes Montessori philosophy, materials, and child development theory. The teachers participate in academic instruction and practice laboratories under the supervision of instructors from Summit Montessori. Summit Montessori has been certified as a Montessori training institute by the Montessori Accreditation Council for Teacher Education and is an affiliate of the American Montessori Society.

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

Due to the COVID-19, the spending authority requested of $24,400 covers the estimated amount projected for the first twelve (12) months; therefore, additional spending authority, to cover the remaining term of the Agreement will be requested in a future date. The funding source will come from the school's Magnet budget. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-30. Recommendation of $500,000 or Greater - FY21-041 - HVAC-R Equipment, Parts, and Supplies (Supporting Docs)

 

Approve the recommendation to award the above Invitation to Bid (ITB). Contract Term: July 1, 2020 through June 30, 2022, Two (2) years with an option for two (2) additional one (1) year renewal periods; User Department: Physical Plant Operations (PPO); Award Amount: $4,053,000; Awarded Vendor(s): AccuAir, Inc.; Allied Controls, Inc.; Blizzard Air Conditioning, LLC; Daikin Applied Americas, Inc.; Design Controls, Inc.; Economic Electric Motors, Inc.; Energy Control Technologies, Inc.; Noland Company; The Ware Group, LLC; Trane U.S., Inc.; Small/Minority/Women Business Enterprise Vendor(s): Blizzard Air Conditioning, LLC.

 

The School Board of Broward County, Florida, received ten (10) bids for ITB FY21-041 - HVAC-R Equipment, Parts, and Supplies. This Bid will be utilized mainly by PPO for the purchase of new Heating, Ventilation, and Air Conditioning and Cooling Tower Equipment, as well as parts and supplies.

 

A copy of the ITB documents are available online at:

http://www.broward.k12.fl.us/supply/agenda/ITB_FY21-041_HVAC-REquipment,Parts,andSupplies.pdf

 

The estimated financial impact to the District will be $4,053,000. The funding source will come from PPO's operating budget. Due to the COVID-19, the spending authority requested covers the estimated amount projected for the first twelve (12) months; therefore, additional spending authority, to cover the remaining term of the ITB will be requested in a future date.

 

EE-31. Recommendation of $500,000 or Less - FY21-054 - Head Start and Early Childhood Digital Tools (Supporting Docs)

 

Approve the recommendation for the above agreement. Contract Term: July 1, 2020, through June 30, 2023, Three (3) Years with two (2) optional renewal periods. User Department: Head Start/Early Intervention Services; Award Amount: $90,771: Awarded Vendor(s): Teaching Strategies, Inc.; Small/Minority/Women Business Enterprise Vendor(s): None.

 

This recommendation is to approve the agreement to provide required assessment software for the Voluntary Prekindergarten (VPK) and Head Start programs. Data from this tool is utilized for reports to the State of Florida and for reports for The School Board of Broward County, Florida. This assessment software is the companion to the Head Start approved researched-based curriculum Creative Curriculum.

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

Due to the COVID-19, the spending authority requested covers the estimated amount projected for the first twelve (12) months; therefore, additional spending authority, to cover the remaining term of the Agreement will be requested in a future date. The spending authority requested is $90,771 and will be funded by the Head Start/Early Intervention Department fund which is a combination of Head Start federal grant dollars and VPK funding (State categorical). The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

EE-32. Recommendation to Approve First Renewal and Reduction of Spending Authority - 18-117N - Weight Room Equipment Inspection, Maintenance and Repair (Supporting Docs)

 

Approve the First Renewal and Reduction of Spending Authority of the above Invitation to Bid (ITB). Contract Term: January 1, 2018 through May 31, 2021, Three (3) Years, Four (4) Months; User Department: Applied Learning; Spending Authority Reduction: $108,620; New Award Amount: $41,380; Awarded Vendor(s): Centurion Partners Health; Fitness d/b/a FitnessSmith; Small/Minority/Women Business Enterprise Vendor(s): None.

 

This ITB facilitates the scheduled maintenance and repair of weight room equipment at various locations throughout the District. Equipment included consists of treadmills, bikes, ellipticals/steppers, and weight machines. Major repairs and upholstery of the machines, when required, are included.

 

A copy of the ITB document is available online at:

http://www.broward.k12.fl.us/supply/agenda/ITB_18-117N_WeightRoomEquipmentInspection,MaintenanceandRepair.pdf

 

The original spending authority is $150,000. The reduction of the spending authority being requested is $108,620 bringing the new spending authority to $41,380.

 

EE-33. Recommendation for Renewal and Additional Spending Authority - 58-033E - Central Bidders Registration Tool (Supporting Docs)

 

REVISED

 

Ratify the first renewal and approve the above recommendation to renew. Contract Term: October 23, 2017 through October 22, 2023, Six (6) Years; User Department: Procurement & Warehousing Services (PWS); Additional Amount: $144,620; New Total Amount: $773,920; Awarded Vendor(s): Ariba, Inc. (SAP); Small/Minority/Women Business Enterprise Vendor(s): None.

 

This request is to ratify the first renewal and approve the second renewal of the SAP Ariba system to facilitate PWS's continued use of the tool that is used for vendor registration. Last year, the first renewal was included in the District's Hardware/Software item which is presented to the School Board annually by the Information Technology Department, along with the customary process of issuing a purchase order and the Chief Information Officer signs order forms, if required. This item also ratifies the first renewal for the period beginning October 23, 2019 through October 22, 2020.

 

The Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

A copy of the original executed documents are available online at: http://www.broward.k12.fl.us/supply/agenda/OriginalExecutedDocuments_58-033E.pdf

 

Due to the COVID-19, the spending authority requested covers the estimated amount projected for the first twelve (12) months; therefore, additional spending authority, to cover the remaining term of the Agreement will be requested in a future date. The estimated financial impact to the District will be $144,620. The contract award amount was for $629,300. The request is to increase the spending authority by $144,620, bringing the new contract value to $773,920. The funding source will come from the Information Technology operating budget. The financial impact amount represents an estimated contract value; however, the amount authorized will not exceed the estimated contract award amount.

 

F. OFFICE OF ACADEMICS

 

FF. OFFICE OF ACADEMICS

 

FF-1. United States Department of Health and Human Services: Head Start/Early Head Start Program - Coronavirus Aid, Relief and Economic Security (CARES) Act Funding Application (Supporting Docs)

 

Approve the submission of the CARES Act Funding Application.

 

The CARES Act funding will be used as a one-time activities supplement to purchase iPads for Head Start children and Early Head Start teachers within the Head Start/Early Head Start Program Through the CARES Act funding of a one-time activities supplement, the Head Start/Early Head Start Program would reduce the strain on the technology infrastructure by purchasing iPads for children and teachers. This purchase would provide the needed resources and allow equal opportunity to all families and staff within the Head Start/Early Head Start Program to access virtual comprehensive services.

 

The potential positive financial impact to the District is $614,800.

 

H. OFFICE OF THE GENERAL COUNSEL

 

HH. OFFICE OF THE GENERAL COUNSEL

 

I. OFFICE OF THE SUPERINTENDENT

 

I-1. Annual 2019-2020 Comprehensive Safety Inspection Reports (Supporting Docs)

 

Receive the 2019-2020 Annual Comprehensive Safety Inspection Reports for the School Board of Broward County, Florida (SBBC).

 

The Comprehensive Safety Inspection Report's purpose is to identify fire, casualty and sanitation deficiencies found while conducting the Comprehensive Safety Inspection. This inspection is conducted at every School Board owned and leased site, and every Charter School within the Broward School District. Please refer to Exhibit 1 for the Executive Summary.

 

Hard copies of the reports are available with Board Services for review. As is standard for this item, the details of this item are exempt from public disclosure due to safety and security protocols.

 

There is no financial impact since the item is only seeking the Board's acceptance. Financial obligations occur from the General Fund and Capital Projects to address necessary deficiency corrections.

 

I-2. Administrative Complaint Venorrice Antonio Wells (Supporting Docs)

 

Adopt the Superintendent's recommendation to terminate the teacher, Venorrice Antonio Wells, and suspend him without pay and transmit the matter to the Division of Administrative Hearings ("DOAH") if the employee timely requests a hearing.

 

See Supporting Docs for Summary Explanation and Background.

 

There is no financial impact to the District.

 

I-3. Affiliation Agreements with Lynn University, Inc. and Purdue University Board of Trustees. (Supporting Docs)

 

Approve the Affiliation Agreements for Lynn University, Inc. and Purdue University Board of Trustees to provide internship opportunities for their students.

 

Lynn University, Inc. and Purdue University Board of Trustees offer its students, majoring in various fields of study, opportunities to gain practical experience as part of the course curriculum. Students from these programs are required to participate in a field experience/internship program. These Affiliation Agreements would provide internship opportunities for Lynn University, Inc. and Purdue University Board of Trustees students within Broward County Public Schools.

 

There is no financial impact to the District.

 

I-4. Approve Settlement Agreement with Veronika Niyazova (Supporting Docs)

 

Approve the Superintendent's recommended settlement agreement with teacher, Veronika Niyazova, of DOAH Case No. 19-5159TTS, agreeing to accept her resignation and thereby rescind Agenda item I-2, approved at September 17, 2019, School Board Operational Meeting referring the matter to DOAH for a 15-day suspension without pay.

 

See Supporting Docs for Summary Explanation and Background.

 

There is no financial impact to the District.

 

I-5. Administrative Complaint Eric S. Delucia (POSTPONED 04/21/20 RSBM) (Supporting Docs)

 

Adopt the Superintendent's recommendation to terminate the teacher, Eric S. Delucia, and suspend him without pay and transmit the matter to the Division of Administrative Hearings ("DOAH").

 

See Supporting Docs for Summary Explanation and Background.

 

There is no financial impact to the School District.

 

II. OFFICE OF THE SUPERINTENDENT

 

II-1. The School Board of Broward County, Florida 2020-2021 Organizational Chart (Supporting Docs)

 

ADDED

 

Approve The School Board of Broward County, Florida 2020-2021 Organizational Chart.

 

The Organizational Chart recommended by the Superintendent is based on a continuous effort to improve and support the District's strategic goals.

 

There is no financial impact based on the recommended changes to the 2020-2021 Organizational Chart.

 

J. OFFICE OF FACILITIES & CONSTRUCTION

 

J-1. Authorization to Advertise for Bids - Coral Springs PreK-8 - Coral Springs - RGD Consulting Engineers Orlando, Inc. - SMART Program Renovations - Project No. P.001982 (Supporting Docs)

 

Approve Authorization to Advertise for Bids, Coral Springs PreK-8, RGD Consulting Engineers Orlando, Inc., SMART Program Renovations, Project No. P.001982.

 

Project Architect: RGD Consulting Engineers Orlando, Inc.

Scope of Work: See Executive Summary (Exhibit 1).

 

This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no impact to the project budget.

 

J-2. Authorization to Advertise for Bids - Whiddon-Rogers Education Center - Fort Lauderdale - Cartaya and Associates, Architects, P.A. - SMART Program Renovations - Project No. P.001711 (Supporting Docs)

 

Approve Authorization to Advertise for Bids, Whiddon-Rogers Education Center, Cartaya and Associates, Architects, P.A., SMART Program Renovations, Project No. P.001711.

 

Project Architect: Cartaya and Associates, Architects, P.A.

Scope of Work: See Executive Summary (Exhibit 1) for details.

 

This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no impact to the project budget.

 

J-3. Authorization to Advertise for Bids - Charles Drew Elementary School - Pompano Beach - Florida International Consulting Engineers Design, Inc. - SMART Program Renovations - Project No. P.001818 (Supporting Docs)

 

Approve Authorization to Advertise for Bids, Charles Drew Elementary School, Florida International Consulting Engineers Design, Inc., SMART Program Renovations, Project No. P.001818.

 

Project Architect: Florida International Consulting Engineers Design, Inc.

Scope of Work: See Executive Summary (Exhibit 1)

 

This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no impact to the project budget.

 

J-4. Authorization to Advertise for Bids - Charles Drew Family Resource Center - Pompano Beach - SOL-Arch, Inc. - SMART Program Renovations - Project No. P.001848 (Supporting Docs)

 

Approve Authorization to Advertise for Bids, Charles Drew Family Resource Center, SOL-Arch, Inc., SMART Program Renovations, Project No. P.001848.

 

Project Architect: SOL-Arch, Inc.

Scope of Work: See Executive Summary (Exhibit 1)

 

This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no impact to the project budget.

 

J-5. Amendments to the Professional Services Agreement Continuing Contracts - Architectural Services - Multiple Consultants -Multiple Projects - SMART Program Renovations - RFQ 16-104F (Supporting Docs)

 

Approve the Amendments to the Professional Services Agreement Continuing Contracts, for Architectural Services, for Multiple Consultants, Multiple Projects, SMART Program Renovations, RFQ 16-104F.

 

Amend the Professional Services Agreement Continuing Contracts for Architectural Services: See Executive Summary (Exhibit 1).

 

These Amendments have been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

There is no financial impact to the District.

 

J-6. Amendments to the Professional Services Agreement Continuing Contracts - Mechanical, Electrical, and Plumbing (MEP) Services - Multiple Consultants - Multiple Projects - SMART Program Renovations - RFQ 16-101F (Supporting Docs)

 

Approve the Professional Services Agreement Continuing Contracts, for MEP Services, for Multiple Consultants, Multiple Projects, SMART Program Renovations, RFQ 16-101F.

 

Amend the Professional Services Agreement Continuing Contracts for MEP Services: See Executive Summary (Exhibit 1)

 

These Amendments have been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

There is no financial impact to the District.

 

J-7. Amendments to the Agreements for Open End Services - Roofing Consulting Services - Multiple Consultants - Multiple Projects -SMART Program Renovations - RFQ 17-112C (Supporting Docs)

 

Approve the Amendments to the Agreements for Open End Services, for Roofing Consulting Services, for Multiple Consultants, Multiple Projects, SMART Program Renovations, RFQ 17-112C.

 

Amend the Agreements for Open End Services for Roofing Consulting Services: See Executive Summary (Exhibit 1).

 

These Amendments have been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

There is no financial impact to the District.

 

J-8. Amendments to the Agreements for Open End Services - Surveying Services - Multiple Consultants - Multiple Projects - SMART Program Renovations - RFQ 17-113C (Supporting Docs)

 

Approve the Amendments to the Agreements for Open End Services, for Surveying Services, for Multiple Consultants, for Multiple Projects, SMART Program Renovations, RFQ 17-113C.

 

Amend the Agreements for Open End Services for Surveying Services: See Executive Summary (Exhibit 1).

 

These Amendments have been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

There is no financial impact to the District.

 

J-9. Amendments to the Agreements for Open End Services - Civil Engineering Services - Multiple Consultants - Multiple Projects -SMART Program Renovations - RFQ 17-114C (Supporting Docs)

 

Approve the Amendments to the Agreements for Open End Services, for Civil Engineering Services, for Multiple Consultants, for Multiple Projects, SMART Program Renovations, RFQ 17-114C.

 

Amend the Agreements for Open End Services for Civil Engineering Services: See Executive Summary (Exhibit 1).

 

These Amendments have been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

There is no financial impact to the District.

 

J-10. Amendment to the Agreement for Open End Services - Structural Engineering Services - Lakdas-Yohalem Engineering, Inc. - Multiple Projects - SMART Program Renovations - RFQ 17-141C (Supporting Docs)

 

Approve the Amendment to the Agreement for Open End Services, for Structural Engineering Services, with Lakdas-Yohalem Engineering, Inc., for Multiple Projects, SMART Program Renovations, RFQ 17-141C.

 

Amend the Agreement for Open End Services for Structural Engineering Services: See Executive Summary (Exhibit 1).

 

This Amendment has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

There is no financial impact to the District.

 

J-11. Amendments to the Agreements for Open End Services - Geotechnical Services - Multiple Consultants - Multiple Projects - SMART Program Renovations - RFQ 17-115C (Supporting Docs)

 

Approve the Amendments to the Agreements for Open End Services, for Geotechnical Services, for Multiple Consultants, for Multiple Projects, SMART Program Renovations, RFQ 17-115C.

 

Amend the Agreements for Open End Services for Geotechnical Services: See Executive Summary (Exhibit 1).

 

These Amendments have been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

There is no financial impact to the District.

 

J-12. Amendments to the Construction Services Agreements Continuing Contracts - Construction Manager at Risk Services - Various Contractors - RFQ 17-197C (Supporting Docs)

 

Approve the Amendments to the Construction Services Agreements Continuing Contracts, Construction Manager at Risk Services, for Various Contractors, from $0 to $1M, RFQ 17-197C.

 

Amend the Construction Services Agreements Continuing Contracts for Construction Manager at Risk Services $0 to $1M: See Executive Summary (Exhibit 1).

 

These Amendments have been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

There is no financial impact to the District.

 

J-13. Amendments to the Construction Services Agreements Continuing Contracts - Construction Manager at Risk Services - Various Contractors - RFQ 17-196C (Supporting Docs)

 

Approve the Amendments to the Construction Services Agreements Continuing Contracts, Construction Manager at Risk Services, for Various Contractors, from $1 to $2M, RFQ 17-196C.

 

Amend the Construction Services Agreements Continuing Contracts for Construction Manager at Risk Services $1 to $2M: See Executive Summary (Exhibit 1).

 

These Amendments have been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

There is no financial impact to the District.

 

JJ. OFFICE OF FACILITIES & CONSTRUCTION

 

JJ-1. Construction Services Agreement (Construction Manager for CMAR Services) - D. Stephenson Construction, Inc. - Deerfield Beach Middle School - Deerfield Beach - SMART Program Renovations - Project No. P.002142 - RFQ FY20-187 (Supporting Docs)

 

Approve the Recommendation to award the above-referenced Construction Services Agreement.

User Department: Office of Facilities & Construction

Lump-Sum Pre-Construction Award Amount: $117,000; Construction Manager's Fee: 5.4%

Vendor Awarded: D. Stephenson Construction, Inc.

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of approving this Construction Services Agreement is $117,000. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no impact to the project budget.

 

JJ-2. Construction Services Agreement (Construction Manager for CMAR Services) - D. Stephenson Construction, Inc. - Deerfield Beach High School - Deerfield Beach - SMART Program Renovations - Project No. P.002134 - RFQ FY20-186 (Supporting Docs)

 

Approve the Recommendation to award the above-referenced Construction Services Agreement.

User Department: Office of Facilities & Construction

Lump-Sum Pre-Construction Award Amount: $60,000; Construction Manager's Fee: 5.6%

Vendor Awarded: D. Stephenson Construction, Inc.

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of approving this Construction Services Agreement is $60,000. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no impact to the project budget.

 

JJ-3. Construction Services Agreement (Construction Manager for CMAR Services) - State Contracting & Engineering Corporation - Cresthaven Elementary School - Pompano Beach - SMART Program Renovations - Project No. P.001676 - RFQ FY20-184 (Supporting Docs)

 

Approve the Recommendation to award the above-referenced Construction Services Agreement.

User Department: Office of Facilities & Construction

Lump-Sum Pre-Construction Award Amount: $58,000; Construction Manager's Fee: 5.9%

Vendor Awarded: State Contracting & Engineering Corporation

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of approving this Construction Services Agreement is $58,000. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no impact to the project budget.

 

JJ-4. Construction Services Agreement (Construction Manager for CMAR Services) - CORE Construction Services of Florida, LLC - Silver Lakes Middle School - North Lauderdale - SMART Program Renovations - Project No. P.002144 - RFQ FY20-186 (Supporting Docs)

 

Approve the Recommendation to award the above-referenced Construction Services Agreement.

User Department: Office of Facilities & Construction

Lump-Sum Pre-Construction Award Amount: $52,000; Construction Manager's Fee: 7.25%

Vendor Awarded: CORE Construction Services of Florida, LLC

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of approving this Construction Services Agreement is $52,000. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no impact to the project budget.

 

JJ-5. Construction Services Agreement (Construction Manager for CMAR Services) - Thornton Construction Company, Inc. - New Renaissance Middle School - Miramar - SMART Program Renovations - Project No. P.002143 - RFQ FY20-184 (Supporting Docs)

 

Approve the Recommendation to award the above-referenced Construction Services Agreement.

User Department: Office of Facilities & Construction

Lump-Sum Pre-Construction Award Amount: $73,200; Construction Manager's Fee: 5.4%

Vendor Awarded: Thornton Construction Company, Inc.

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of approving this Construction Services Agreement is $73,200. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no impact to the project budget.

 

JJ-6. Construction Services Agreement (Construction Manager for CMAR Services) - D. Stephenson Construction, Inc. - Monarch High School -Coconut Creek - SMART Program Renovations - Project No. P.002148 - RFQ FY20-184 (Supporting Docs)

 

Approve the Recommendation to award the above-referenced Construction Services Agreement.

User Department: Office of Facilities & Construction

Lump-Sum Pre-Construction Award Amount: $70,000; Construction Manager's Fee: 5.4%

Vendor Awarded: D. Stephenson Construction, Inc.

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of approving this Construction Services Agreement is $70,000. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no impact to the project budget.

 

JJ-7. Construction Services Agreement (Construction Manager for CMAR Services) - Grace & Naeem Uddin, Inc. - Sheridan Technical High School - Fort Lauderdale - SMART Program Renovations - Project No. P.002128 - RFQ FY20-186 (Supporting Docs)

 

Approve the Recommendation to award the above-referenced Construction Services Agreement.

User Department: Office of Facilities & Construction

Lump-Sum Pre-Construction Award Amount: $56,500; Construction Manager's Fee: 7%

Vendor Awarded: Grace & Naeem Uddin, Inc.

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of approving this Construction Services Agreement is $56,500. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no impact to the project budget.

 

JJ-8. Construction Services Agreement (Construction Manager for CMAR Services) - Asset Builders, LLC d/b/a Messam Construction - Lyons Creek Middle School - Coconut Creek - SMART Program Renovations - Project No. P.002141 - RFQ FY20-184 (Supporting Docs)

 

Approve the Recommendation to award the above-referenced Construction Services Agreement.

User Department: Office of Facilities & Construction

Lump-Sum Pre-Construction Award Amount: $70,000; Construction Manager's Fee: 5.55%

Vendor Awarded: Asset Builders, LLC d/b/a Messam Construction

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of approving this Construction Services Agreement is $70,000. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no impact to the project budget.

 

JJ-9. Second Amendment to the Professional Services Agreement - RGD Consulting Engineers Orlando, LLC - Driftwood Elementary School - Hollywood - Project No. P.002064 - SMART Program Renovations - RFQ 18-107C (Supporting Docs)

 

Approve the Second Amendment in the amount of $39,627 to the Professional Services Agreement dated March 6, 2018 with RGD Consulting Engineers Orlando, LLC for Driftwood Elementary School, Project No. P.002064, SMART Program Renovations, RFQ 18-107C.

 

Purpose of the Amendment: See Executive Summary (Exhibit 1).

 

This Amendment has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of the Second Amendment to the Professional Services Agreement is $39,627. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no current impact to the project budget. There is a potential future impact to the project budget.

 

JJ-10. Second Amendment to the Professional Services Agreement - LIVS Associates, LLC - Driftwood Middle School - Hollywood - Project No. P.001837 - SMART Program Renovations - RFQ 17-093C (Supporting Docs)

 

Approve the Second Amendment in the amount of $17,847 to the Professional Services Agreement dated April 18, 2017 with LIVS Associates, LLC for Driftwood Middle School, Project No. P.001837, SMART Program Renovations, RFQ 17-093C.

 

Purpose of the Amendment: See Executive Summary (Exhibit 1).

 

This Amendment has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of the Second Amendment to the Professional Services Agreement is $17,847. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no impact to the project budget.

 

JJ-11. Second Amendment to Professional Services Agreement - Florida International Consulting Engineers Design, Inc. - Pasadena Lakes Elementary School - Pembroke Pines - Project No. P.001634 - SMART Program Renovations - RFQ 16-199C (Supporting Docs)

 

Approve the Second Amendment in the amount of $25,248 to the Professional Services Agreement dated January 18, 2017 with Florida International Consulting Engineers Design, Inc., Pasadena Lakes Elementary School, Project No. P.001634, SMART Program Renovations, RFQ 16-199C.

 

Purpose of the Amendment: See Executive Summary (Exhibit 1).

 

This Amendment has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of this item is $25,248. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no current impact to the project budget. There is a potential future impact to the project budget.

 

JJ-12. Construction Bid Recommendation of $500,000 or Greater - ITB FY20-195 - Flamingo Elementary School - Davie - Grace & Naeem Uddin, Inc. - SMART Program Renovations - Project No. P.002135 (Supporting Docs)

 

Approve the recommendation to award the Construction Agreement to Grace & Naeem Uddin, Inc. for the lump sum amount of $1,487,500 and approve additional funding in the amount of $205,000.

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of this item is $1,487,500. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is an additional impact to the project budget. These funds in the amount of $205,000 will come from the Capital Projects Reserve. This increases the project budget from $1,955,000 to $2,160,000.

 

JJ-13. Construction Bid Recommendation of $500,000 or Greater - ITB 19-171-READV - Dillard Elementary School - Fort Lauderdale - West Construction, Inc. - SMART Program Renovations - Project No. P.001915 (Supporting Docs)

 

Approve the recommendation to award the Construction Agreement to West Construction, Inc. for the lump sum amount of $4,238,010.55 and approve additional funding in the amount of $3,561,800.

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of this item is $4,238,010.55. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is an additional impact to the project budget. These funds in the amount of $3,561,800 will come from the Capital Projects Reserve. This increases the project budget from $1,677,000 to $5,238,800.

 

JJ-14. Construction Bid Recommendation - ITB 19-162C - Park Lakes Elementary School - Lauderdale Lakes - Grace & Naeem Uddin, Inc. - SMART Program Renovations - Project No. P.001988 (Supporting Docs)

 

Approve the recommendation to award the Construction Agreement to Grace & Naeem Uddin, Inc. for the lump sum amount of $430,349.

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of this item is $430,349. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no impact to the project budget.

 

JJ-15. Construction Bid Recommendation of $500,000 or Greater - ITB FY20-181 - Challenger Elementary School - Tamarac - Grace & Naeem Uddin, Inc. - SMART Program Renovations - Project No. P.002040 (Supporting Docs)

 

Approve the recommendation to award the Construction Agreement to Grace & Naeem Uddin, Inc. for the lump sum amount of $2,897,400 and approve additional funding in the amount of $2,206,100.

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of this item is $2,897,400. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is an additional impact to the project budget. These funds in the amount of $2,206,100 will come from the Capital Projects Reserve. This increases the project budget from $1,349,000 to $3,555,100.

 

JJ-16. Construction Bid Recommendation of $500,000 or Greater - ITB FY20-211 - Margate Elementary School - Margate - Grace & Naeem Uddin, Inc. - SMART Program Renovations - Project No. P.001647 (Supporting Docs)

 

Approve the recommendation to award the Construction Agreement to Grace & Naeem Uddin, Inc. for the lump sum amount of $1,920,510.

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of this item is $1,920,510. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no current impact to the project budget. There is a future impact to the project budget due to Board approval of the Campus Option Base Recommendation with Alternative 2 additional scope from the June 25, 2019, Regular School Board Meeting (Agenda Item JJ-4).

 

JJ-17. Construction Bid Recommendation of $500,000 or Greater - ITB FY21-022 - Lakeside Elementary School - Pembroke Pines - Advanced Roofing, Inc. - SMART Program Renovations - Project No. P.002070 (Supporting Docs)

 

Approve the recommendation to award the Construction Agreement to Advanced Roofing, Inc. for the lump sum amount of $3,339,306 and approve additional funding in the amount of $1,385,240.

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of this item is $3,339,306. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is an additional impact to the project budget. These funds in the amount of $1,385,240 will come from the Capital Projects Reserve. This increases the project budget from $2,899,000 to $4,284,240.

 

JJ-18. Construction Bid Recommendation of $500,000 or Greater - ITB FY20-081-REBID - Westpine Middle School - Sunrise - Grace & Naeem Uddin, Inc. - SMART Program Renovations - Project No. P.002043 (Supporting Docs)

 

Approve the recommendation to award the Construction Agreement to Grace & Naeem Uddin, Inc. for the lump sum amount of $3,698,640 and approve additional funding in the amount of $2,330,500.

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of this item is $3,698,640. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is an additional impact to the project budget. These funds in the amount of $2,330,500 will come from the Capital Projects Reserve. This increases the project budget from $2,285,000 to $4,615,500.

 

JJ-19. Construction Bid Recommendation of $500,000 or Greater - ITB FY20-197 - Winston Park Elementary School - Coconut Creek - Grace & Naeem Uddin, Inc. - SMART Program Renovations - Project No. P.001981 (Supporting Docs)

 

Approve the recommendation to award the Construction Agreement to Grace & Naeem Uddin, Inc. for the lump sum amount of $1,259,161.

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of this item is $1,259,161. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is a positive financial impact to the project budget in the amount of $336,400, which will be placed in the SMART Program Reserve.

 

JJ-20. Construction Bid Recommendation of $500,000 or Greater - ITB FY20-176 - Hollywood Central Elementary School - Hollywood - LEGO Construction Co. - SMART Program Renovations - Project No. P.001983 (Supporting Docs)

 

Approve the recommendation to award the Construction Agreement to LEGO Construction Co. for the lump sum amount of $6,972,140 and approve additional funding in the amount of $3,841,350.

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of this item is $6,972,140. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is an additional impact to the project budget. These funds in the amount of $3,841,350 will come from the Capital Projects Reserves. This increases the project budget from $4,817,000 to $8,658,350.

 

JJ-21. Construction Bid Recommendation of $500,000 or Greater - ITB 19-138C - Deerfield Park Elementary School - Deerfield Beach - Advanced Roofing, Inc. - SMART Program Renovations - Project No. P.002036 (Supporting Docs)

 

Approve the recommendation to award the Construction Agreement to Advanced Roofing, Inc. for the lump sum amount of $4,685,306 and approve additional funding in the amount of $984,840.

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of this item is $4,685,306. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is an additional impact to the project budget. These funds in the amount of $984,840 will come from the Capital Projects Reserve. This increases the project budget from $5,240,000 to $6,224,840.

 

JJ-22. Change Order #1 - Lake Forest Elementary School - Pembroke Park - Advanced Roofing, Inc. - SMART Program Renovations - Project No. P.001886 (Supporting Docs)

 

Approve Change Order #1, Lake Forest Elementary School, Advanced Roofing, Inc., SMART Program Renovations, Project No. P.001886, in the amount of $16,232 and no change in contract time.

 

Change Order #1 $16,232 / 0 days

Lake Forest Elementary School

Advanced Roofing, Inc.

SMART Program Renovations

Project No. P.001886

Refer to Exhibits 1 and 2 for detailed information.

 

This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no impact to the project budget.

 

JJ-23. Change Order #1 - McNab Elementary School - Pompano Beach - Advanced Roofing, Inc. - SMART Program Renovations - Project No. P.001964 (Supporting Docs)

 

Approve Change Order #1, McNab Elementary School, Advanced Roofing, Inc., SMART Program Renovations, Project No. P.001964 in the amount of $8,133 and no change in contract time.

 

Change Order #1 $8,133 / 0 days

McNab Elementary School

Advanced Roofing, Inc.

SMART Program Renovations

Project No. P.001964

Refer to Exhibits 1 and 2 for detailed information.

 

This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no impact to the project budget.

 

JJ-24. Change Order #2 - Annabel C. Perry PreK-8 - Miramar - DiPompeo Construction Corporation - SMART Program Renovations -Project No. P.001728 (Supporting Docs)

 

Approve Change Order #2, Annabel C. Perry PreK-8, DiPompeo Construction Corporation, SMART Program Renovations, Project No. P.001728 in the amount of $8,281 and no change in contract time.

 

Change Order #1 $8,281 / 0 days

Annabel C. Perry PreK-8

DiPompeo Construction Corporation

SMART Program Renovations

Project No. P.001728

Refer to Exhibits 1 and 2 for detailed information.

 

This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no impact to the project budget.

 

JJ-25. Contingency Use Directive #2 and #3 - Stranahan High School - Fort Lauderdale - Gilbane Building Company - SMART Program Renovations - Project No. P.001683 (Supporting Docs)

 

Approve a decrease in the Contingency funds in the amount of $73,499 and reallocate those funds to the cost of work due to unforeseen conditions, as provided for in the agreement between The School Board of Broward County, Florida and the Construction Manager at Risk (CMAR), Gilbane Building Company.

 

See Executive Summary (Exhibit 1) for details.

 

This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no impact to the project budget.

 

JJ-26. Professional Services Agreement - The Tamara Peacock Company Architects of Florida, Inc. - Western High School - Davie - Project No. P.001967 - SMART Program Renovations - RFQ 17-188C (Supporting Docs)

 

Approve Professional Services Agreement with The Tamara Peacock Company Architects of Florida, Inc., for Western High School, Project No. P.001967, SMART Program Renovations, RFQ 17-188C, for the total amount of $272,000.

 

Scope of Work: See Executive Summary (Exhibit 1).

 

This Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel.

 

The financial impact of the Professional Services Agreement includes a total of $190,000 for Basic Services Fees, $52,000 for Allowances, and $30,000 for Supplemental Services for a grand total of $272,000. This project has been appropriated in the Adopted District Educational Facilities Plan (September 4, 2019). There is no current impact to the project budget. There is a potential future impact to the project budget.

 

K. OFFICE OF FINANCIAL MANAGEMENT

 

K-1. General Fund Amendment as of April 30 2020 (Supporting Docs)

 

Approve the attached General Fund Amendment as of April 30 2020

 

General Fund Amendment is submitted to the School Board pursuant to State Board Administrative Rule 6A-1.007. This Amendment is for the purpose of updating the Broward County School District Budget for estimated revenues and appropriation changes in the General Fund. Amendment includes information as of the month of April 2020.

 

There is no financial impact to the District.

 

K-2. Capital Budget Fund Amendment as of April 30, 2020 (Supporting Docs)

 

Approve the attached Capital Fund Amendment as of April 30, 2020.

 

The Capital Fund Amendment is submitted to the School Board pursuant to State Board Administrative Rule 6A-1.007. This amendment is for the purpose of updating the Broward County School District Budget for estimated revenues and appropriation changes in the Capital Fund. This amendment includes information as of April 30, 2020.

 

See Executive Summary (Exhibit 1) for additional information.

 

There is a net increase of Capital Revenues an Appropriation of $254.1 million. The various revenue and appropriation impacts are described in the Exhibits. Activity for the Capital Reserves is shown on Exhibit C, with the SMART Program Reserve at $173.2 million and the Unallocated Reserve at $79.1 million.

 

K-3. Interim Financial Statements for the Period Ended March 31, 2020 (Supporting Docs)

 

Approve the Interim Financial Statements for the Period Ended March 31, 2020.

 

Financial Statements are submitted to the School Board pursuant to the State Board Administrative Rule 6A-1.008. As of March 2020, the fund balance as a percentage of the projected revenues was 3.50% and fund balance, excluding Charter Schools’ revenues was 4.15%.

 

There is no additional financial impact to the District.

 

KK. OFFICE OF FINANCIAL MANAGEMENT

 

L. OFFICE OF PORTFOLIO SERVICES

 

L-1. First Amendment to Parking License Agreement with the City of Coconut Creek (Supporting Docs)

 

Approve the First Amendment to Parking License Agreement between The School Board of Broward County, Florida and the City of Coconut Creek.

 

On June 13, 2017, a Parking License Agreement (Agreement) was entered into between The School Board of Broward County, Florida (SBBC) and the City of Coconut Creek (City) with an expiration date of June 17, 2020.

 

This Amendment has been reviewed and approved as to form and legal content by the Office of the General Counsel. This Amendment will be executed by the City following SBBC approval.

 

There is no financial impact to the School District, therefore, this item does not require a collaboration form from the Capital Budget Department.

 

L-2. License Agreement with The City of Plantation (Jim Ward Community Center) (Supporting Docs)

 

Approve the License Agreement (Agreement) between The School Board of Broward County, Florida and the City of Plantation for the use of the Jim Ward Community Center.

 

On June 11, 2019, The School Board of Broward County, Florida (SBBC) approved a one (1) year Agreement with the City of Plantation (CITY) to use the CITY's Jim Ward Community Center (Center) to conduct English for Speakers of Other Languages (ESOL) classes.

 

See Supporting Docs for continuation of Summary Explanation and Background.

 

This License Agreement has been reviewed and approved as to form and legal content by the Office of the General Counsel and will be approved by the CITY after SBBC approval.

 

There is no financial impact to the SBBC; therefore, this item does not require a collaboration form from the Capital Budget Department.

 

LL. OFFICE OF PORTFOLIO SERVICES

 

ATTORNEY CLIENT SESSION(S)

 

ADJOURNMENT

 

PURSUANT TO FLORIDA STATUTE 286.0105: Any person who decides to appeal any decision made at a meeting(s) announced in this notice with respect to any matter considered at such meeting(s) will need a record of the proceedings and for such purpose may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is to be based.

 

PURSUANT TO FLORIDA STATUTE 120.54(5)(b)2: Telephone conferencing or other telecommunications media technology may be used in the conduct of this meeting to permit absent members of the Board or committee to participate and to be heard by those persons in attendance at the noticed location of the meeting.

 

Individuals with disabilities requesting accommodations under the Americans with Disabilities Act Amendments Act of 2008, (ADAAA) may call Equal Educational Opportunities/ADA Compliance Department at (754) 321-2150 or Teletype Machine TTY (754) 321-2158.