The School Board of Broward County, Florida Agenda




Regular School Board Meeting - Rescheduled from August 19, 2008
August 27, 2008
Wednesday, 10:15 AM
Board Room of the Kathleen C. Wright Administration Center

600 Southeast Third Avenue

Fort Lauderdale, Florida
Rev. 0


  Call to Order



  Pledge of Allegiance to the Flag of the United States of America



  MINUTES FOR APPROVAL


       July 22, 2008 - Regular School Board Meeting
 
 
 
       July 29, 2008 – 1st Public Hearing - Proposed Millage Levy and Tentative Budget for 2008-2009
 
 
 
       August 5, 2008 – Special Meeting – Student Expulsions
 
 
 

  ADDED ITEMS



  CLOSE AGENDA



  SPECIAL PRESENTATIONS


       Award of High School Diploma to World War II Veteran (TIME CERTAIN: 1:30 P.M.)
 
 
 
       Recognition of Mr. Chuck Saylors, National PTA President Elect (TIME CERTAIN – 11:25 A.M.) (WITHDRAWN)
 
 
 
       JROTC (ADDED) (TIME CERTAIN - 1:45 P.M.)
 
 
 

  REPORTS


       District Advisory Council
 
 
 
       Broward County Council of PTAs/PTSAs
 
 
 
       ESE Advisory Council
 
 
 
       Broward County Association of Student Councils and Student Advisor to the Board
 
 
 
       Technology Advisory Committee
 
 
 
       ESOL Leadership Council
 
 
 
       Gifted Advisory Council
 
 
 
       Employee Unions
 
 
 
       Facilities Task Force
 
 
 
       Supplier Diversity & Outreach Program Advisory Committee
 
 
 
       Diversity and Cultural Outreach Committee
 
 
 
       Charter School Task Force
 
 
 

  CONSENT AGENDA



  REPORTS CONTINUED


       Board Members
 
 
 
       Superintendent
 
 
 

  SPEAKERS


       1. Barney Schlesinger
 
 
 
       2. Claire Vickery (WITHDRAWN)
 
 
 
       2. Rhonda Ward (ADDED)
 
 
 
       3. Lynn Brown
 
 
 
       4. Boris Bastidas (ADDED)
 
 
 
       5. Sherri Appleman (ADDED)
 
 
 
       6. Raquel King (ADDED)
 
 
 

  CONSENT ITEMS



  A. Resolutions


       A-1. Resolution in Support of High School Voter Registration Week, September 15-19, 2008 (TIME CERTAIN - 11:00 A.M.)
Adopt Resolution #09-04, in support of High School Voter Registration Week, September 15-19, 2008.

High School Voter Registration Week (HSVRD) increases student awareness to issues related to voting rights and responsibilities as well as student participation in the voting process.  

Students complete registration forms at their schools.  Registration forms are then sent to the Supervisor of Elections Office for processing.

The Supervisor of Elections office reported that over 2,600 students were registered to vote during the HSVRD in Fall 2007 with an additional 6,800 registered during the Spring 2008 drive.

There is no financial impact to the district.


 
 
 
       A-2. 2008-2009 Resolution in Support of Kids Voting Broward, Inc. (TIME CERTAIN - 11:15 A.M.)
Adopt Resolution #09-05, in Support of Kids Voting Broward, Inc.

Kids Voting Broward provides curriculum to the schools emphasizing the mechanics, importance and impact of every vote.  The goal of the curriculum is to prepare and motivate teachers and students for elections.

Students will increase knowledge of current events and responsible citizenship and have the opportunity to voice their opinions with Kids Voting Broward in the 2008-2009 local and national elections.  Students will prepare for future voting trends by casting their votes online.

The Broward County School System is an official partner of Kids Voting Broward.

There is no financial impact to the school district.


 
 
 
       A-3. Resolution in Support of Constitution Day, September 17, 2008
Adopt Resolution #09-06, in support of Constitution Day, September 17, 2008.

Constitution Day recognizes the signing of the final draft of the United States Constitution on September 17, 1787 by the members of the Constitutional Convention.  The U.S. Constitution is the oldest and shortest written constitution of any major government and this year is the 221st anniversary of this document.

In accordance with Public Law 108-447, Broward County Public Schools will observe this day with educational programming pertaining to the U.S. Constitution.

There is no financial impact to the school  district.


 
 
 
       A-4. Resolution in Support of Celebrate Freedom Week, September 22-26, 2008
Adopt Resolution # 09-07, in support of Celebrate Freedom Week, September 22-26, 2008.

In accordance with Florida Statute 1003.421, Broward County Public Schools will observe this week with educational programming pertaining to the Declaration of Independence.

“Celebrate Freedom Week” was created by the Florida Legislature in response to Public Law 108-447 which designated September 17th as “Constitution Day”.  During the last week of September, K-12 students will learn about America’s founding freedoms and the intent, meaning and importance of the Declaration of Independence.

There is no financial impact to the school district.


 
 
 
       A-5. Resolution in Support of Brazil National Day, September 7, 2008
REVISED

Adopt Resolution #09-08, in Support of Brazil National Day – September 7, 2008.

This is an annual resolution that recognizes the contributions of Brazilians to the United States and the world. Brazil Heritage Day highlights the history and heritage of Brazil. Portuguese, the native language of Brazil, is the third major language, other than English, spoken in our schools.

There is no financial impact to the school district.


 
 
 
       A-6. Resolution Proclaiming September 2008 as Take Your “Parent” to School Month in Florida
Adopt Resolution #09-09,  proclaiming September 2008 as Take Your “Parent” to School Month in Florida.

See text of resolution.

This item is being brought forth by Stephanie Arma Kraft, School Board Member.

There is no financial impact to the school district.


 
 
 
       A-7. Resolution in Support of National Grandparents Day September, 2008
Adopt Resolution #09-10, in Support of National Grandparents Day, September 2008.

See text of resolution.

This item is being brought forth by Stephanie Arma Kraft, School Board Member.


There is no financial impact to the school district.


 
 
 
       A-8. Resolution in Support of Family Day: A Day to Eat Dinner With Your Children - September 22, 2008
Adopt Resolution #09-11, in Support of Family Day:  A Day to Eat Dinner With Your Children - September 22, 2008

See text of resolution.

There is no financial impact to the school district.



 
 
 
       A-9. Resolution Proclaiming September 11, 2008 as a Patriotic Observance: A Day to Remember
Adopt Resolution #09-12, Proclaiming September 11, 2008 as a Patriotic Observance:  A Day to Remember.

See text of the resolution.

There is no financial impact to the school district.


 
 
 
       A-10. Resolution in Support of School Impact Fee Waiver for Lots 1, 2, 4, & 6, Block 1 of "Harlem Park", According to the Plat Thereof as Recorded in Plat Book 31, Page 45 - Broward County, Florida. Located West of Northeast 5th Ave Between Northeast 34th Court and Northeast 35th Court in the City of Oakland Park. Proposed by Habitat for Humanity of Broward, Inc., a Registered 501(c)(3) Not for Profit Entity
Adopt Resolution #09-13 which states that the School Board does not oppose action by the Broward County Board of Commissioners under provisions of the Broward County Land Development Code, waiving approximately $17,044 in school impact fees due for the construction of 4 very low income single family units (2 three bedrooms or less and 2 four or more bedrooms) on Lots 1, 2, 4, & 6, Block 1 of "Harlem Park", according to the Plat thereof as Recorded in Plat Book 31, Page 45 - Broward County, Florida.

The proposed development will consist of 4 very low income single family units (2 three bedrooms or less and 2 four or more bedrooms), which will provide affordable housing for very low income individuals as defined in Division 6 of the Broward County Land Development Code Definitions.  Therefore, as proposed, the 4 very low income single family units are eligible for consideration of a school impact fee waiver as cited under Section 5-184(b)(4) of the Broward County Land Development Code.  Under this Section, a school impact fee waiver can be granted based on percentages in the following manner:  Very Low Income - 100 percent and Low Income - 100 percent.

The Broward County Community Development Division certified the proposed development as 4 very low income single family units (2 three bedrooms or less and 2 four or more bedrooms).  Based on the current school impact fee ordinance (Ordinance 2008-11, effective June 2, 2008), the total school impact fee due for the project is approximately $17,044. Based on criteria cited in Section 5-184(b)(4) of the Broward County Land Development Code, the total $17,044 qualifies for school impact fee waiver.  Schools affected in the 2007/08 school year are Oakland Park Elementary, Rickards Middle, and Northeast High Schools.

Habitat for Humanity of Broward, Inc.is registered as a 501 (C)(3) Not for Profit entity, as defined by law.

The School Board Attorney has approved this resolution as to form and legal content.

There is a potential loss of approximately $17,044 in school impact fees.  This item does not require a collaboration form from the Capital Budget Department.


 
 
 
       A-11. Resolution in Support of School Impact Fee Waiver for Lots 15, 16, 17, & 18 of "Harlem", According to the Plat Thereof as Recorded in Plat Book 18, Page 13 - Broward County, Florida. Located East of Northeast 3rd Avenue between Northeast 36th Street and Northeast 35th Court in the City of Oakland Park. Proposed by Habitat for Humanity of Broward, Inc., a Registered 501(c)(3) Not for Profit Entity
Adopt Resolution #09-14 which states that the School Board does not oppose action by the Broward County Board of Commissioners under provisions of the Broward County Land Development Code, waiving approximately $19,096 in school impact fees due for the construction of 4 very low income single family units (1 three bedroom or less and 3 four or more bedrooms) on Lots 15, 16, 17, & 18 of "Harlem", according to the Plat thereof as Recorded in Plat Book 18, Page 13 - Broward County, Florida.

The proposed development will consist of 4 very low income single family units (1 three bedroom or less and 3 four or more bedrooms), which will provide affordable housing for very low income individuals as defined in Division 6 of the Broward County Land Development Code Definitions.  Therefore, as proposed, the 4 very low income single family units are eligible for consideration of a school impact fee waiver as cited under Section 5-184(b)(4) of the Broward County Land Development Code.  Under this Section, a school impact fee waiver can be granted based on percentages in the following manner:  Very Low Income - 100 percent and Low Income - 100 percent.

The Broward County Community Development Division certified the proposed development as 4 very low income single family units (1 three bedroom or less and 3 four or more bedrooms).  Based on the current school impact fee ordinance (Ordinance 2008-11, effective June 2, 2008), the total school impact fee due for the project is approximately $19,096. Based on criteria cited in Section 5-184(b)(4) of the Broward County Land Development Code, the total $19,096 qualifies for school impact fee waiver.  Schools affected in the 2007/08 school year are Oakland Park Elementary, Rickards Middle, and Northeast High Schools.

Habitat for Humanity of Broward, Inc.is registered as a 501 (c)(3) Not for Profit entity, as defined by law.

The School Board Attorney has approved this resolution as to form and legal content.

There is a potential loss of approximately $19,096 in school impact fees.  This item does not require a collaboration form from the Capital Budget Department.


 
 
 
       A-12. Resolution in Support of School Impact Fee Waiver for Lots 23, 24, Block 3; Lot 7, Block 9; Lot 7, Block 4; and Lot 6, Block 3 of "Broward Park", According to the Plat thereof as Recorded in Plat Book 25, Page 49 - Broward County, Florida. Located South of Northwest 4th Street between Northwest 27th Terrace and Northwest 28th Terrace in Unincorporated Broward County. Proposed by Habitat for Humanity of Broward, Inc., a Registered 501(c)(3) Not for Profit Entity
Adopt Resolution #09-15 which states that the School Board does not oppose action by the Broward County Board of Commissioners under provisions of the Broward County Land Development Code, waiving approximately $26,435 in school impact fees due for the construction of 5 very low income (four or more bedrooms) single family units on Lots 23, 24, Block 3; Lot 7, Block 9; Lot 7, Block 4; and Lot 6, Block 3 of "Broward Park", according to the Plat thereof as Recorded in Plat Book 25, Page 49 - Broward County, Florida.

The proposed development will consist of 5 very low income (four or more bedrooms) single family units, which will provide affordable housing for very low income individuals as defined in Division 6 of the Broward County Land Development Code Definitions.  Therefore, as proposed, the 5 very low income single family units are eligible for consideration of a school impact fee waiver as cited under Section 5-184(b)(4) of the Broward County Land Development Code.  Under this Section, a school impact fee waiver can be granted based on percentages in the following manner:  Very Low Income - 100 percent and Low Income - 100 percent.

The Broward County Community Development Division certified the proposed development as 5 very low income (four or more bedrooms) single family units.  Based on the current school impact fee ordinance (Ordinance 2008-11, effective June 2, 2008), the total school impact fee due for the project is approximately $26,435. Based on criteria cited in Section 5-184(b)(4) of the Broward County Land Development Code, the total $26,435 qualifies for school impact fee waiver.  Schools affected in the 2007/08 school year are Martin Luther King Park Elementary, Parkway Middle, and Dillard High Schools.

Habitat for Humanity of Broward, Inc.is registered as a 501 (c)(3) Not for Profit entity, as defined by law.

The School Board Attorney has approved this resolution as to form and legal content.

There is a potential loss of approximately $26,435 in school impact fees.  This item does not require a collaboration form from the Capital Budget Department.


 
 
 

  B. Board Members


       B-1. Compilation of Evaluation Ratings of the Superintendent and Extension of Employment Agreement between The School Board of Broward County, Florida and James F. Notter, Superintendent of Schools
Receive the compilation of evaluation ratings of the Superintendent and extend the Employment Agreement between The School Board and James F. Notter, Superintendent of Schools through July 31, 2011.

In accordance with Article 9, Section 9.4 of the Superintendent’s Employment Agreement, dated August 7, 2007, a written evaluation instrument was developed and utilized by each Board Member.  The Chair’s designee collected the evaluation ratings and a compilation of the evaluation ratings is being submitted to The School Board pursuant to Article 9, Section 9.7.

The compilation results demonstrate that the Superintendent has met the Extension Standard established in Article 9, Section 9.4 of the Employment Agreement.

Article 9, Sections 9.4 and 9.7 provide that the term of the Superintendent’s Employment Agreement shall be extended for one (1) year (through July 31, 2011) upon The School Board’s receipt of the compilation of evaluation ratings if the Superintendent achieves the Extension Standard.  Therefore, the Superintendent’s Employment Agreement is extended through July 31, 2011 and all other provisions of the Employment Agreement remain in full force and effect.  

The Employment Agreement approved in 2007 provides for the Superintendent’s base salary to be increased by the percentage of pay increase provided by SBBC to its 12 month administrative personnel for that fiscal year. As such, any additional financial impact to the District is unknown at this time.


 
 
 

  D. Office of The Chief Auditor



  E. Chief Operations Officer


       E-1. Bid/RFP And Other Financial Recommendations Less Than $500,000
Approve the Bid/RFP recommendations as stated on the attached award recommendation for each Bid/RFP listed below.

BID/RFP:  29-010R; TITLE:  Pressure Cleaning Service; CONTRACT PERIOD:  October 1, 2008 through September 30, 2013; LOCATION:  Physical Plant Operations Department; AMOUNT:  $499,500

BID/RFP:  29-055T; TITLE:  Sale of Surplus Tires; LOCATION:  Vehicle Maintenance Department; AMOUNT:  $1,416

Board approval of these Bid/RFP recommendations does not mean that the amounts shown will be spent.  These amounts represent the spending authority, which may be spread among the awarded vendors through the term of this contract from available funds already included in various school/department/center budgets.

The financial impact of each Bid/RFP Recommendation is indicated on its respective exhibit.


 
 
 
       E-2. Additional Recommendations On Existing Contracts Less Than $500,000
Approve additional expenditures on previously approved term contracts as shown below.  The recommendations are requests for additional expenditures only and do not require any changes to the district budget.

A.  APPROVAL FOR  RENEWAL  ON  THE FOLLOWING CONTRACTS:

1.  27-070X– Golf Cart Service and Repair (Additional expenditure of  $0 requested; $200,000 originally approved on 10/3/06)

It is recommended that the contract with Advantage Golf Cars, Inc. be renewed for an additional year from November 1, 2008 through October 31, 2009 in accordance with Special Condition 5 which states: “The purpose of this bid is to establish a contract, at firm unit prices, for the purchase of estimated requirements for the items listed. The term of the bid shall be for approximately two years, and may, by mutual agreement between SBBC and the awardee, upon final School Board approval, be extended for two additional one year periods and, if needed, 90 days beyond the expiration date of the final renewal period. The Board, through its Purchasing Department, will, if considering to extend, request a letter of intent to extend from each awardee, prior to the end of the current contract period. The awardee will be notified when the recommendation has been acted upon by the School Board.” This recommendation is not a request for an additional expenditure. This recommendation is based on a very good supplier evaluation. Since the date of award, the Consumer Price Index (CPI) reflects an increase of 9.3%. This recommendation will allow the Vehicle Maintenance Department to continue golf cart repairs and services through October 31, 2009.

2.  27-092X – Cleaning Wash Tanks (additional expenditure of $0 requested; $149,000 originally approved on 9/19/06)

It is recommended that the contract with  Safety-Kleen Systems, Inc. be renewed for an additional year from September 4, 2008, through September 3, 2009, in accordance with Special Condition 5 which states:  “The term of this contract may, upon mutual agreement between SBBC and the awardee, upon final School Board approval, be extended for two additional one year periods and, if needed, ninety days beyond the expiration date of the final renewal period.  The Board, through its Supply Management and Logistics Department, will, if considering to renew, request a letter of intent to renew from each awardee, prior to the end of the current contract period.  Awardee will be notified when the recommendation has been acted upon by the School Board.  All prices shall be firm for the term of the contract.  The successful awardee agrees to this condition by signing this proposal.”  This recommendation is based on a very good evaluation.  Since the date of award, the Consumer Price Index (CPI) reflects and increase of 8%. This recommendation is not a request for an additional expenditure. This recommendation will allow the Vehicle Maintenance Department to continue purchasing cleaning of wash tanks as required through September 3, 2009.

B.  APPROVAL FOR RENEWAL AND AN ADDITIONAL EXPENDITURE ON THE FOLLOWING CONTRACT:

1.  27-068X – General Repairs of Trailers (additional expenditure of $25,000 requested; $100,000 originally approved on 9/19/06)

It is recommended that the contract with  Johnny’s Tractor Trailer Services be renewed for an additional year from September 1, 2008, through August 31, 2009, in accordance with Special Condition 5 which states:  “The term of this contract may, upon mutual agreement between SBBC and the awardee, upon final School Board approval, be extended for two additional one year periods and, if needed, ninety days beyond the expiration date of the final renewal period.  The Board, through its Supply Management and Logistics Department, will, if considering to renew, request a letter of intent to renew from each awardee, prior to the end of the current contract period.  Awardee will be notified when the recommendation has been acted upon by the School Board.  All prices shall be firm for the term of the contract.  The successful awardee agrees to this condition by signing this proposal.”  This recommendation is based on a very good evaluation.  Since the date of award, the Consumer Price Index (CPI) reflects and increase of 8%. Furthermore, it is recommended that the School Board authorize an additional expenditure of $25,000 to the subject contract.  The amount of the recommended spending authority is available from funds already included in the District budget.   This recommendation will allow the Vehicle Maintenance Department to continue purchasing the repair of trailers as required through August 31, 2009 and will provide for an approximate total expenditure of $125,000 for the award period.

Items submitted for renewal approval have been evaluated by user departments and schools, and determined that satisfactory service is provided, and that the contract prices are currently the best value based on current vendor prices, comparable prices from other agencies, and/or the Consumer Price Index (CPI) data.  Recommendations are being made for additional expenditures on previously approved term contracts.  These recommendations are requests for additional expenditures only, and the amount is available from funds already included in the District budget.  These recommendations authorize additional expenditures until the expiration date of each contract, at which time the contract will be re-bid according to Board Policy unless the contract is renewed per the terms and conditions of the bidding documents.

These recommendations for additional spending authority will be funded from available funds already included in various school/department/center budgets or as described in the Summary Explanation and Background.


 
 
 
       E-3. RealCast Agreement
Approve the agreement for RealCast Corporation.

RealCast is a vendor who provides external video streaming and storage of video being streamed.  Both Program Development and Alignment (for Broward Virtual University [BVU])and BECON utilize RealCast to store and stream video files.  Program Development and Alignment streams video of educators modeling strategies, techniques and procedures which are taught as part of their on-line staff development and endorsement classes.  Some streamed video includes lectures and presentations from highly esteemed experts in the field of education.  Program Development and Alignment customers include SBBC Staff, Private and Charter School teachers included in the Title IIA grant, as well as Non-Broward staff who pay to participate in BVU Classes.  BVU On-line Designers create customized video files that are uploaded to the RealCast system allowing participants to view the streamed video as an important part of the on-line course content.  A large majority of the files are accessed after normal school hours, from outside of the SBBC computer network.

BECON Distance Learning utilizes RealCast for encoding and storing Distance Learning classes, television programming and educational purposes, and streaming of live video conferencing events. Links to the recorded sessions are provided on a RealCast web page (login required) and students or staff may review the events.  Currently, BECON has approximately 103 files available for viewing with 1.19GB annual average streamed since the 2006/2007 school year.

Section 6A-1.012(10), Florida Administrative Code, permits district school boards to acquire information technology resources through direct negotiation and contract with a vendor or supplier or through the bid process, as best fits the needs of the school district as determined by SBBC.   

This Agreement has been approved by the School Board Attorney for legal content and form.

The financial impact to the district will total approximately $150,000.  For Program Development and Alignment funding will come from the Title IIA grant and will be approximately $33,210/year.  For BECON, source of funding will be from their General Funds and will be approximately $12,780/year.


 
 
 
       E-4. Motorola Reconfiguration Agreement
Approve Motorola’s Reconfiguration Agreement.

On August 6, 2004 the Federal Communications Commission (FCC) issued order FCC-04-168 and Supplement Order FCC-04-294 that modified its rules governing 800 MHz band to minimize harmful interference to public safety communications systems.  Pursuant to these orders, SBBC and certain other licensees of 800 MHz channels used in the public safety must relinquish their existing channels and relocate their systems to other licensed channels (replacement channels); and Nextel Communications, Inc. must relinquish some of its existing channels and must provide and pay relocation funds to enable licensees to relocate their systems onto replacement channels and reconfigure their systems so they are operational. The FCC has appointed a Transition Administrator (TA) to ensure that the rebanding initiative proceeds on schedule and in a planned and coordinated manner so that disruption to a licensee’s system is minimized.  This Agreement addresses the reconfiguration implementation phase for the products and services provided by Motorola to migrate Broward School’s 800 MHz radio systems to the new radio frequencies.  All costs associated with this transition will be borne by Sprint/Nextel in accordance with the original FCC order.   

This aligns with the Strategic Plan for Technology Goal #3.  Provide a safe and secure physical and technological environment for all students and employees.

This Agreement has been approved by the School Board Attorney for legal content and form.  

There is no financial impact to the district.


 
 
 
       E-5. Nextel Planning Funding Agreement Final Closing
Approve the completion of the Planning Funding Agreement between SBBC and Nextel through the Mutual Agreement Certification.

On June 19, 2007 the School Board approved the Nextel Planning Funding Agreement (E-5) and Motorola Services Agreement (E-6 – Revised).  These agreements are a result of a Federal Communications Commission (FCC) order that requires Nextel to pay any expenses incurred by The School Board of Broward County, Florida (SBBC) that result from a nationwide 800 MHz radio frequency reconfiguration initiative. Nextel was the recipient of a FCC award that consolidated and expanded their radio frequency spectrum. As part of its award, Nextel has agreed to pay for any reconfiguration costs for licensees whose spectrum has been impacted by this action.

Attached to this Agenda is the Mutual Agreement Certification and 800 MHz Reconfiguration Planning Funding Completion Certification. These certifications verifiy that the deliverables under the Statement of Work (Schedule B) and plan for reconfiguration (Schedule A) of the Nextel Planning Funding Agreement have been completed and verified by both SBBC and Nextel.  Motorola has requested payment from Nextel pursuant to Incumbent’s Planning Cost Estimate (Schedule C).  There were an estimated 1575 radios that required inventory and reconfiguration.

The Agreement has been approved by the School Board Attorney for legal content and form.

There is no financial impact to the district at this time.


 
 
 
       E-6. Sprint/Nextel Reconfiguration Agreement
Approve Sprint/Nextel Reconfiguration Agreement.

On August 6, 2004 the Federal Communications Commission (FCC) issued order FCC-04-168 and Supplement Order FCC-04-294 that modified its rules governing 800 MHz band to minimize harmful interference to public safety communications systems.  Pursuant to these orders, SBBC and certain other licensees of 800 MHz channels used in the public safety must relinquish their existing channels and relocate their systems to other licensed channels (replacement channels); and Nextel Communications, Inc. must relinquish some of its existing channels and must provide and pay relocation funds to enable licensees to relocate their systems onto replacement channels and reconfigure their systems so they are operational. The FCC has appointed a Transition Administrator (TA) to ensure that the rebanding initiative proceeds on schedule and in a planned and coordinated manner so that disruption to a licensee’s system is minimized.  This Agreement addresses the reconfiguration implementation phase for the products and services provided by Motorola to migrate Broward School’s 800 MHz radio systems to the new radio frequencies.  All costs associated with this transition will be borne by Sprint/Nextel in accordance with the original FCC order.   

This aligns with the Strategic Plan for Technology Goal #3.  Provide a safe and secure physical and technological environment for all students and employees.

This Agreement has been approved by the School Board Attorney for legal content and form.

There is no financial impact to the district.


 
 
 
       E-7. Agreement With Polk County Board Of Commissioners for the Use Of Contract for P-Card Services
Approve the agreement with Polk County Board of Commissioners to authorize the School District to purchase P-Card Services under the contract awarded by Polk County Board of Commissioners for RFP #08-002-RGH.

In accordance with Section 6A-1.012(5), F.A.C. and School Board Policy 3320, Part I, Rule n, The School Board of Broward County, Florida is permitted to participate in the award made by the Polk County Board of County Commissioners of their Request for Proposal (RFP) #08-002-RGH, Procurement Card Services.  It is recommended that the School District be authorized to purchase under the award made to Bank of America by the Polk County Board of County Commissioners for the above stated RFP upon the terms, conditions and specifications of the RFP.  The RFP requires an Interlocal Agreement to be executed and approved as a requirement of the RFP and a copy of that agreement is attached to this Agenda Request Form.

The Agreement has been approved by the School Board Attorney for legal content and form.

There is no financial impact to the district.


 
 
 
       E-8. Vending Machine Agreement(s)
Approve the following Vending Machine Agreement(s) for the school(s) listed.

On August 1, 2006, The School Board of Broward County, Florida approved a pool of vending machine companies through Bid 27-002B Furnish, Install, Stock and Maintain Campus Vending Machines with whom agreements could be negotiated for services at individual schools and centers. The attached agreement(s) includes any income fees/commission rates that were obtained through the bid proposals or negotiated pursuant to Section 19 of the Bid’s general specifications.

Agreement(s) for the following school(s) are attached to this agenda:

McFatter Technical Center/HS, South Broward HS, South Plantation HS

The agreement(s) have been approved as to form and legal content by the School Board Attorney.

There is no financial impact to the district.  Agreements provide revenue to schools to support programs and activities for students and staff.


 
 
 
       E-9. Recommendation on Charter School Food Service Agreements
Approve the Charter School Food Service Agreements with:  The Charter Foundation, Inc., The Charter School of Excellence, Inc., City of Coral Springs, Eagles’ Nest Community Charter School, Inc., Messianique Training Center and Institute, Inc. D/B/A Charter School Institute Training Center, Paragon Academy of Technology, Inc., Smart School, Inc., Sunrise Community Charter School, Inc., Sunshine Elementary Charter School, Inc., and Touchdowns 4 Life Charter School, Inc.

The agencies listed are desirous of obtaining food for the food service programs they are sponsoring, and are requesting that their meals be vended by the Food and Nutrition Services Department.

These contracts have been approved by the School Board Attorney for legal content and form.

The costs of these vended meals will be covered by the revenue received from the agencies.  There is no financial impact to the district.


 
 
 

  F. Curriculum and Instruction Student Support


       F-1. Continuation Agreements with Various Health Care Facilities
Approve the continuation agreements between The School Board of Broward County, Florida, University Hospital and Medical Center and Sunrise Health & Rehabilitation Center.

Health Science Education programs provide secondary and postsecondary career and technical students with clinical learning experiences through contractual agreements with hospitals, nursing homes, and other facilities.

The continuation agreements with University Hospital and Medical Center and with Sunrise Health & Rehabilitation Center will provide clinical experiences to Broward County Schools’ Health Science Education students.  On-site clinical experiences are necessary to meet curriculum frameworks, student performance standards, and requirements of regulatory agencies for students to qualify for certification/licensure examinations upon program completion.

The following Health Science Education programs are located at 21 high schools:  Allied Health Assisting, Patient Care Assistant and Practical Nursing.

The following Health Science Education programs are located at the technical centers:  Central Service Technology, Medical Coder/Biller, Electrocardiograph (Cardiovascular) Technology, Health Unit Coordinator, Hemodialysis Technician, Massage Therapy, Medical Assistant, Medical Records Transcribing, Medical Lab Technology, Optometric Technician, Patient Care Technician, Pharmacy Technician, Practical Nursing, First Responder, Emergency Medical Technician and Surgical Technology.  Currently, The School Board of Broward County, Florida has 38 School Board approved agreements with various health care facilities.

University Hospital will sign off after School Board approval.

These agreements have been reviewed and approved as to form and legal content by the School Board Attorney.

There is no financial impact to the district.


 
 
 
       F-2. Continuation of the Service Delivery Agreement between The School Board of Broward County, Florida (SBBC) and The Children’s Services Council (CSC)
Approve the continuation of the 21st Community Learning Centers (CCLC) Service Delivery Agreement between the SBBC and the CSC.

The SBBC and the CSC jointly applied for three additional years of 21st CCLC grant funding for Stranahan, Dillard, Hallandale, and Coconut Creek High Schools. The following number of students have been served by the program during the last three years:

Program Year; Coconut Creek; Dillard; Hallandale; Stranahan
05/06; 197; 162; 206; 239
06/07; 270; 411; 326; 740
07/08 – CSC Provision; 234; 654; 939; 614

FCAT achievement data and unexcused absences were the primary measures to evaluate program effectiveness. Students who participated in the 21st CCLC program showed gains in reading and math at all sites during the first two program years, and the number of unexcused absences for 21st CCLC participants was considerably lower than those of non-participants during the same time span at each site.  Student achievement and behavioral data for the 07/08 program year will be analyzed in August of 2008.

The grant award for all four schools in the amount of $1,749,600 ($583,200 per year, for three years) will provide academic remediation services to over 1,340 at-risk students per year.  In addition, the CSC contributed $230,000 in the 07/08 program year, and will contribute up to $168,000 in the 08/09 program year to expand after school services.

This agreement has been reviewed and approved as to form and legal content by the School Board Attorney.

The positive financial impact to the District is $1,749,600 over three years.  The source of funds is the 21st CCLC grant. There is an additional positive financial impact of at least $168,000 in the 08/09 program year from the CSC.  There is no additional financial impact to the district.


 
 
 
       F-3. Agreement with University of North Florida for Working on Gifted Issues (WOGI) On-Line Course
It is requested that the School Board approve the agreement to create Gifted On-line Courses for the University of North Florida who governs WOGI grant expenditures.

The Working on Gifted Issues (WOGI) grant is provided by the Florida Department of Education to the University of North Florida (UNF), through its Office of Research and Sponsored Programs.  Broward Virtual University (part of the Program Development and Alignment Department) has had an ongoing relationship creating on-line Gifted Endorsement Courses funded by the WOGI grant through their grant manager at the University of North Florida since 2005-2006.  To date two classes have been designed and run for teachers around the state through Broward Virtual University.  UNF/WOGI funds the design work, our teachers then have access to take the courses at no charge to us.  In addition, we host the classes for teachers outside of our district to take at $240 per participant plus the cost of the textbook.  The collection of these fees defrays operational costs of Broward Virtual University enabling us to create additional courses to meet the specific needs of our teachers and increasing our pool of teachers with Gifted Endorsement.  The grant administrator for the WOGI grant would like Broward Virtual University to design and host two additional on-line gifted endorsement classes.   As in the past the courses will be available to our teachers at no cost.  A sum of $40,000 per course ($80,000 total) will be collected for the writing and design of the courses, in addition to revenue generated by offering the classes at a fee to non-Broward teachers.

There is a positive financial impact of $80,000.00 to the district.


 
 
 
       F-4. Safe & Civil Schools Contract
Approve contract for Teaching Strategies, Inc. dba Safe & Civil Schools program.

This is a continuation agreement with Safe and Civil Schools.  The Safe and Civil Schools series is a collection of practical materials and staff training designed to help schools improve the safety and civility of their school setting.  In doing so, a foundation is laid to enhance student engagement and learning.  The model is designed to empower staff with techniques to help all students behave responsibly and respectfully, and is built on specific ‘how-to’ information.  The resources are integrated and share basic processes and beliefs which include:

• All students must be treated with dignity and respect.  
• Students should be taught the skills and behaviors necessary for success.  
• Motivation and responsibility should be encouraged through positive interactions and building relationships with students.  
• Student misbehavior represents a teaching opportunity.

In this fifth year of immersion, the District is continuing with two cohorts and is adding Cohort V.  Cohort V will be comprised of the schools in the Hallandale Innovation Zone and will be facilitated by the zone’s assigned area director, Mr. Steven Friedman, along with Joel Smith, Director, Alternative Education/Dropout Prevention. The process has been embedded in the District as the standard for addressing school culture.  Data are beginning to be developed that clearly (1) demonstrates reduced numbers of disciplinary incidents when the effort is practiced with the fidelity, and (2) concomitant improvement in academic performance by those schools implementing the program with fidelity.

The contract has been approved as to form and legal content by the School Board Attorney.

The financial impact is $120,680.94.  The source of funds is the State Safe Schools appropriation.  There is no additional financial impact to the district.


 
 
 
       F-5. Continuation of Interagency Agreements with The Children’s Diagnostic & Treatment Center (CDTC) for 2008-2011
Approve Continuation of Interagency Agreements with The Children’s Diagnostic & Treatment Center (CDTC) for Transition of Infants/Toddlers with Disabilities and Early Head Start for 2008-2011.

The Broward County Interagency Transition Agreement with CDTC’s Early Steps Program for Infants and Toddlers has been in effect since 1996. This written agreement is required by Children’s Medical Services. The Early Steps process assures an appropriate, timely enrollment in an Exceptional Student Education (ESE) program for children with disabilities at age three, who have previously been enrolled in Early Steps below age three. Activities may include gathering evaluation data by reviewing Early Steps records and completing individual assessments of children by school district evaluation specialists. The ongoing systematic communication between school district ESE staff and the Early Steps staff facilitates quality outcomes for families and appropriate educational instruction for eligible ESE preschoolers.

The Broward County Interagency Early Head Start Agreement with CDTC’s Early Steps Program has been in effect since 2000.  Its purpose is to implement collaborative procedures to ensure smooth referral and intervention services for infants and toddlers who are eligible for both Early Steps and the Early Head Start Programs. Early Steps provides interdisciplinary evaluation, family support plan development, and inservice training for staff.  

This agreement is effective as of July 1, 2008.

This agreement has been reviewed and approved as to form and legal content by the School Board Attorney.

There is no financial impact.


 
 
 
       F-6. New CTB-McGraw-Hill TABE Online - Subscriber Agreement
Approve the New Subscriber Agreement between The School Board of Broward County, Florida and CTB-McGraw-Hill.

Tests of Adult Basic Education (TABE), the standardized assessment approved by the State Board of Education, are required to be used in all adult education programs that report data to the National Reporting System (NRS) for the purpose of placement and promotion of students, and to measure program effectiveness.  These tests must be administered in accordance with the test publishers’ guidelines in order to achieve the standardization that provides for accurate state and federal NRS reporting. The data collected from programs is used by the State and Federal agencies to determine the effectiveness of individual programs and of the State as a whole.  The standardized assessments approved by the State Board of Education address several goals: to place students accurately, to diagnose learner strengths and weaknesses, to guide instruction, and to show evidence of learning gains.

The new TABE Online technology will provide automated test administration, scoring, reporting, and immediate diagnostic test reports. This will provide reliable information to evaluate student needs, direct instruction, and enable schools to create reports to meet federal and state requirements.  This will replace the current paper-pencil administration of the test and will create a testing model that includes computer-based on-line testing.

The Subscriber Agreement is required under the Children’s Online Privacy Protection Act of 1998 (“COPPA”), the Family Educational Rights and Privacy Act and the US Department of Education’s implementing regulations at 34 CFR Part 99 (collectively,“FERPA”).

CTB/Mc-Graw-Hill will sign off after School Board approval.

This agreement has been reviewed and approved as to form and legal content by the School Board Attorney.

There is a financial impact of $80,000 to the district.  The source of funds is through the Broward Technical Centers’ Perkins Post-secondary Grant budget.  There is no additional financial impact to the district.


 
 
 
       F-7. Agreement with DeFoMac for Radio Broadcasting of Athletic Events (ADDED ITEM)
Approve the Agreement with DeFoMac Production, Inc., to broadcast eleven high school football and basketball games on 1470AM.  There is no cost impact to The School Board of Broward County, Florida.

DeFoMac is a corporation operating and existing under the laws of the State of Florida.  The principals of DeFoMac are Jim McKinley, President of McKinley Financial and radio sports broadcaster Jeff DeForest.  McKinley financial is a partner with the School Board of Broward County, Florida.  The company underwrites the Broward County Athletic Association Boys BIG 8 County Basketball Championship.  In addition, McKinley Financial provides scholarship awards through the BCAA Scholar Athlete Program.

Jeff DeForest is a sports radio broadcaster with over three decades of experience on the South Florida radio market.  Mr. DeForest, affectionally known as DeFo has been involved in broadcasting with both the Miami Dolphins and the University of Miami Hurricanes.  DeFo teamed with sportscaster Joe Rose to help form a popular morning tandem for six years.

DeFoMac will broadcast eleven high school football games, eleven basketball games on 1470AM.  The games will be broadcast live.  The radio broadcasts of games will begin on September 5, opening week for regular season high school football.

DeFoMac will purchase airtime on 1470AM.  The Agreement provides that revenues generated after reasonable radio expenses shall be divided equally between DeFoMac and the School Board of Broward County, Florida.  The School Board of Broward County, Florida, reserves the right to audit and inspect all broadcast records.  All radio broadcast personnel including announcers and engineers who access school grounds are required to undergo background screening. DeFoMac shall be permitted to solicit advertisers for radio broadcasts.  However, standards are set forth in Section 2.04 of the Agreement regarding advertising content.

This Agreement has been reviewed and approved as to form and legal content by the School Board Attorney.

There is no financial impact to the district.


 
 
 

  G. Human Resources


       G-1. Personnel Recommendations for Instructional Appointments and Leaves for 2008-2009 School Year
Approve the personnel recommendations for 2008-2009 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 State 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 Teacher Approvals
3. Interim Substitute Teachers
4. Temporary Hourly Teacher Approvals
5. Teacher Extension of Calendar
6. Instructional Leaves

There will be no additional financial impact to the school district.  Funding for the positions has been allocated in the school and department budgets.


 
 
 
       G-2. Personnel Recommendations for Instructional Separation of Employment and Discipline for the 2008-2009 School Year
AMENDMENT

Approve the personnel recommendations for separation of employment and 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 State Department of Education and The School Board of Broward County, Florida.

The Personnel Recommendations for Instructional Employees include the following items:

1. Instructional Resignations/Retirements/Layoffs
2. Instructional Suspensions/Terminations

There will be no additional financial impact to the school district.  


 
 
 
       G-3. Personnel Recommendations for Non-Instructional Appointments and Leaves for the 2008-2009 School Year
AMENDMENT

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 State 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 Approval(s)
2. Non-Instructional Reassignment(s)-Promotion(s)
3. Non-Instructional Reassignment(s)-Demotion(s)
4. Non-Instructional Substitutes/Temporaries
5. Non-Instructional Leave(s)-Layoff(s)
6. District Managerial/Professional/Technical
7. Reassignment of Current School-Based/District Managerial /Professional Technical Personnel
8. School-Based Managerial
9. School-Based/District Managerial Acting/Special/Task Assignment(s)
10. School-Based/District Managerial/Professional/Technical Leave(s)
11. Salary Adjustment

Funding has been budgeted in 2008-09 fiscal year for all appointments through June 30, 2009.


 
 
 
       G-4. Personnel Recommendations for Non-Instructional Separation of Employment and Discipline(s) for the 2008-2009 School Year
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 State Department of Education and The School Board of Broward County, Florida.

The Personnel Recommendations include the following items:

Non-Instructional Resignation(s)/Retirement(s)
Non-Instructional Suspension(s)/ Termination(s)
Managerial and Professional/Technical Resignation(s)/Retirement(s)
Managerial and Professional/Technical Suspension(s)/Termination(s)

There is no financial impact to the school district.  


 
 
 
       G-5. Supplemental Pay Positions – List #3
Approve the recommended supplemental pay positions of employees for the 2008-2009 school/fiscal year.

Employees are recommended for supplemental pay positions by Principals or Department Supervisors and approved by the Area Superintendent or appropriate Division Head. Supplemental positions are listed alphabetically by last name, with location and supplement type.

The Specific Supplemental Pay Positions include the following type of supplements: Secondary department chairpersons high school; secondary department chairpersons and/or team leaders middle school; elementary grade level chairpersons and/or team leaders; athletic supplements; general supplements; and special supplements for the 2008-2009 school year.

Individuals may be recommended for task assignments that improve the school’s/department’s programs and/or operations. A computer-generated list of those names is printed and attached revealing all individuals recommended for Non-Specific (SPL). Non-Specific Supplements are additional Task Assignments performed beyond the employee’s regular day based on the recommendations of the direct supervisor.

Individuals listed meet the requirements for the supplemental positions.  The total number of Supplements recommended in this item is 218.

Funding has been Budgeted in 2008-09 fiscal year for all supplements through June 30, 2009.


 
 
 

  H. Attorney


       H-1. Settlement Agreement between The School Board of Broward County, Florida; The Morganti Group, Inc.; American Home Assurance Company; United States Fidelity & Guaranty Company; and BRPH Architects-Engineers, Inc.
WITHDRAWN

This item will be forthcoming on Friday, August 15, 2008.


 
 
 

  I. Office of the Superintendent


       I-1. Broward County Professional Development System and Master Inservice Plan
Approve the update of the Broward County Professional Development System and Master Inservice Plan for 2008-2009.

Each district is required to have a Professional Development System per Florida Statute 1012.98. The Professional Development System must include a Master Inservice Plan annually updated and approved by the School Board by September 1st  of each year and submitted to the Commissioner of Education by October 1st  of each year.

The 2008 update includes: Changes in terminology and processes to reflect alignment with the updated professional development management system (SAP4.6b to SAP6.0, including the Learning Solutions (LSO) component).

There is no additional financial impact to the district.  


 
 
 
       I-2. Educator Certification Program
Approve a continuation Agreement between The School Board of Broward County, Florida, and WorkForce One and the Business Associate Addendum appended to the Agreement.

The Teaching and Leadership Center’s Educator Certification Program proposal was selected and awarded an Employed Worker Training grant from WorkForce One for the fourth consecutive year. The objective of the grant is to assist employees who must complete required training or coursework to retain their employment.

The goal of the Educator Certification Program is to select fifty (50) educators on temporary certificates who must complete up to 15 semester hours of college coursework to obtain their professional certification.  The Teaching and Leadership Center will provide program participants with an individual course outline needed for professional certification and register the participants in the college courses.  The courses will be delivered through Florida Atlantic University at no tuition cost to the participants.  Preference will be given to teachers in Superintendent Schools and those in critical shortage areas.  The program participants will be required to sign an agreement to complete the program by June 30, 2009 and a promissory note for reimbursement of any college courses that are dropped or in which the participant receives a grade below a “C”.    

The program has shown promising results from 2005-2008 culminating in providing assistance to 184 contract teachers in their third and final year of their temporary certificate.  These participants achieved professional certification and remained employed as a direct result of this program.   

As part of the Agreement, WorkForce One requires that the School Board approve and execute a Business Associate Addendum to comply with the Health Insurance Portability and Accountability Act of 1996 (HIPAA).

This Agreement will be effective on the date that the contract has been executed by both parties.  The term of the agreement shall conclude on June 30, 2009.

The Agreement has been reviewed and approved as to form and legal content by the School Board Attorney.

The positive financial impact is $88,812. The source of funds is WorkForce One- Employed Worker Training Program.


 
 
 
       I-3. Appointment to the - Broward County Climate Change Task Force
Approve the Superintendent’s recommendation to appoint Michael Garretson, Deputy Superintendent, Facilities and Construction Management, to the newly formed Broward County Climate Change Task Force (Task Force), as The School Board of Broward County, Florida’s representative.

The purpose of the Task Force will be to develop recommendations for a coordinated county-wide strategy in addressing the local implications of global climate changes.

The Task Force will consist of twenty-two individuals representing a broad cross-section of governmental, business, academic, and environmental interests.  The School Board of Broward County, Florida, has one nomination to the Task Force.

There is no financial impact to the district.  Therefore this item does not need a Collaboration Form.


 
 
 
       I-4. Agreement with Share-A-Pet Organization, Inc.
Approval of Agreement with Share-A-Pet Organization, Inc.

Share-A-Pet, Inc., (SAP) is a nonprofit organization committed to providing pet therapy in health care and education facilities. The group is currently delivering their programs in Palm Beach County schools and hospitals. SAP offers a reading program for students similar to the one already in place in selected schools via the District’s partnership with the Humane Society of Broward County and Miles for Smiles, Inc.

District staff has monitored Share-A-Pet programs to confirm that SAP standards for animal health and training are aligned with the District’s requirements for using animals in the classroom.

Approved as to form and legal content by School Board Attorney.

There is no financial  impact to the district for this agreement.


 
 
 

  J. Facilities and Construction Management


       J-1. Award of Contract - Grace & Naeem Uddin, Inc. - Exterior Stucco Repair, Paint and Roof Coping Cap - Eagle Point Elementary School, Weston - Project No. P.000609 (f.k.a.3461-24-05)
Approve Award of Construction Contract for Eagle Point Elementary School, Exterior Stucco Repair, Paint and Roof Coping Cap, Project No. P. 000609 to the low bidder meeting the bid specifications, Grace & Naeem Uddin, Inc. in the amount of $433,752.

Contractor: Grace & Naeem Uddin, Inc.

Consultant: Song & Associates, Inc.

Scope of Work: Remove damaged stucco and replace with new stucco, pressure clean all exterior walls, apply paint to all exterior walls, install new metal coping cap on all buildings.

The amount of the contract shall be $433,752.  The sources of funds are identified in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013.


 
 
 
       J-2. Crosswalk and Landscaping Improvements - at Harbordale Elementary School
Approve the expenditure of $25,000 as a match to a grant provided by the City of Fort Lauderdale Neighborhood Capital Improvement Program to the Harbordale Civic Association for Crosswalk and Landscaping Improvements at Harbordale Elementary, and approve additional funds to come from the Capital Contingency fund.

The district is at the mid-point of providing a replacement school at Harbordale Elementary.  The Harbordale Civic Association submitted a proposal to the City of Fort Lauderdale to enhance crosswalks at the school by adding pavers and landscaping improvements along SE 10th Avenue and the corner of SE 15th Street.  The total cost of the project is $65,400.  The district has been asked to contribute $25,000; the balance would be from the City.  The City of Fort Lauderdale will be responsible for all phases of work related to the project.

There is an additional financial impact of $25,000, which would come from the Capital Contingency fund.  


 
 
 
       J-3. Termination of Agreement between The School Board of Broward County, Florida - and the City of Pompano Beach
Approve the Termination of an Agreement between the School Board of Broward County, Florida and the City of Pompano Beach regarding off-site parking for the Dave Thomas East Center.

This Agreement gives the School Board the right to use thirty (30) parking spaces at Pompano Beach City Hall as overflow parking for the Dave Thomas East Center.  The Center does not use the parking spaces.  The City has entered into an Agreement with the County Commission to build a new regional library adjacent to City Hall.  The site, however, cannot accommodate the required number of parking spaces.  The City and County have requested the School Board to relinquish its right to the thirty (30) spaces at City Hall.

The School Board attorney has approved this agreement as to form and legal content.

There is no financial impact to the district; therefore this item does not require a Collaboration Form.  


 
 
 
       J-4. Pre-Qualification of Contractors - Approval of Application and Issuance of Certificates
Approve the recommendations of the Superintendent and the Qualification Selection Evaluation Committee.

The Qualification Selection Evaluation Committee (QSEC) convened on July 16, 2008, to review Contractor Pre-Qualification Staff Application Review Executive Summaries received for the following contractors and makes the following recommendations to the Superintendent of Schools:

*Acies Construction, LLC – Issue Pre-Qualification Certification
*Asset Builders, LLC – Issue Pre-Qualification Certification
*Associated Craftsmen of America, Inc. – Issue Pre-Qualification Certification
Austin Commercial, LP – Issue Recommendation to Not Re-Certify
*Bovis Lend Lease, Inc. – Issue Pre-Qualification Certification
*BMA Construction, Inc. – Issue Pre-Qualification Certification  
Budget Construction Co., Inc. – Issue Recommendation to Not Certify
Cedars Electro-Mechanical, Inc. – Issue Recommendation to Not Increase Per Project & Aggregate Limts
*Close Construction, Inc. – Issue Pre-Qualification Certification
*C.S. Bensch, Inc. – Issue Pre-Qualification Certification
CSR Heavy Construction, Inc. – Issue Pre-Qualification Re-Certification
D. Stephenson Construction, Inc. – Issue Pre-Qualification Re-Certification
F. & L. Construction, Inc. – Issue Pre-Qualification Re-Certification
Gancedo Technologies, Inc. – Issue Pre-Qualification Re-Certification
*Garaventa USA, Inc. – Issue Pre-Qualification Certification
G.E.C. Associates, Inc. – Issue Pre-Qualification Re-Certification
*Hunter Construction Services, Inc. – Issue Pre-Qualification Certification
Inland Sealcoating, Inc. – Issue Pre-Qualification Re-Certification
*Intercounty Engineering, Inc. – Issue Pre-Qualification Certification
JCI International, Inc. – Issue Pre-Qualification Re-Certification
*M.L. Jones Construction Co. – Issue Pre-Qualification Certification  
*PCL Construction Services, Inc. – Issue Pre-Qualification Certification
Pence Sealcoating Corporation – Issue Pre-Qualification Re-Certification  
*Providian Construction Group, LLC – Issue Pre-Qualification Certification
Stiles Construction Company – Issue Pre-Qualification Re-Certification
*Tenex Enterprise, Inc. – Issue Pre-Qualification Certification
*The Roof Authority, Inc. – Issue Pre-Qualification Certification
Thermal Concepts, Inc. – Issue Pre-Qualification Re-Certification
Thornton Construction Co., Inc. – Issue Pre-Qualification Re-Certification
Tran Construction, Inc. – Issue Pre-Qualification Re-Certification
W.G. Mills, Inc. – Issue Pre-Qualification Re-Certification

*New Certification

The Pre-Qualification Application reviews were conducted and the recommendations were determined in accordance with F.S. 1013.46, State Requirements for Educational Facilities and Board Policy 7003.  

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


 
 
 
       J-5. Reduction of Retainage - Turner Construction Company - Renovation of Existing Spaces, Fire Sprinklers and IAQ Repairs - Miramar High School, Miramar - Project No. P.000339 (f.k.a. 1751-98-01)
Approve the recommendation to reduce retainage now being held on Miramar High School, Project No. P.000339 (f.k.a. 1751-98-01) from the General Contractor, Turner Construction Company from $212,083 to $42,314.

In accordance with School Board Policy 7005, the Facilities and Construction Management Division is recommending that the retainage be reduced from $212,083 to $42,314.

The amount of $42,314 is being withheld at this time pending completion of this project.

The funds being released totaling $169,769 are included in the  District Educational Facilities Plan, Fiscal Year 2008-2009 to 2012-2013.


 
 
 
       J-6. Award of Contract - Decon Environmental & Engineering, Inc.- Replace Gymnasium Bleachers - Taravella High School, Coral Springs - P.000773 (f.k.a. 2751-05-08)
Approve Award of Construction Contract for Taravella High School, Replace Gymnasium Bleachers, Project No. P.000773 to the low bidder meeting the bid specifications, Decon Environmental & Engineering, Inc. in the amount of $163,360 and approve an additional appropriation in the amount of $38,360 which will come from the Capital Projects Reserves.

Contractor:     Decon Environmental & Engineering, Inc.

Consultant:     Design Services  

Scope of Work:  Replace gymnasium bleachers.

The amount of the contract shall be $163,360.  The sources of funds are identified in the District Educational Facilities Plan, Fiscal Years 2002-2003 to 2006-2007.  There is an additional financial impact in the amount of $38,360 which will come from the Capital Projects Reserve.


 
 
 
       J-7. Pre-Qualification of Contractors - Approval of Application and Issuance of Certificates - Qualification Selection Evaluation Committee Meeting on July 30, 2008
Approve the recommendations of the Superintendent and the Qualification Selection Evaluation Committee.

The Qualification Selection Evaluation Committee (QSEC) convened on July 30, 2008, to review Contractor Pre-Qualification Staff Application Review Executive Summaries received for the following contractors and makes the following recommendations to the Superintendent of Schools:

A-1 Duran Roofing, Inc. – Issue Pre-Qualification Re-Certification
Advanced Roofing, Inc. – Issue Pre-Qualification Re-Certification (Roofing)
Advanced Roofing, Inc. – Issue Pre-Qualification Re-Certification (General)
Advanced Roofing, Inc. – Issue Pre-Qualification Re-Certification (Class B Air Conditioning)
*Decktight Roofing Services, Inc. – Issue Pre-Qualification Certification
FXP Corp. – Issue Pre-Qualification Re-Certification  
Hyvac, Inc. – Issue Pre-Qualification Re-Certification
*Insulated Roofing Contractors – Issue Pre-Qualification Certification
*JVA Engineering Contractors, Inc. – Issue Pre-Qualification Certification
MCM Corp. – Issue Pre-Qualification Re-Certification
SA Consultants, LLC – Issue Pre-Qualification Re-Certification
Seawood-Riverstone, LLC d/b/a Seawood Builders – Issue Pre-Qualification Re-Certification
*Soares Da Costa CS, LLC – Issue Pre-Qualification Certification
Suffolk Construction Co., Inc. – Issue Pre-Qualification Re-Certification
T&G Constructors, Inc. – Issue Pre-Qualification Re-Certification
*Thousand and One Painting Corp. – Issue Pre-Qualification Certification
Turner Construction Company – Issue Pre-Qualification Re-Certification
Williams Paving Co., Inc. – Issue Pre-Qualification Re-Certification

*New Certification

The Pre-Qualification Application reviews were conducted and the recommendations were determined in accordance with F.S. 1013.46, State Requirements for Educational Facilities and Board Policy 7003.  

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


 
 
 
       J-8. Authorize Public Announcement Pertaining to School Board Policy No. 7003 Pre-Qualification of Contractors
Approve authorization for Public Announcement pertaining to School Board Policy No. 7003.

The Facilities and Construction Management Division recommends the issuance of the Public Announcement pertaining to Board Policy No. 7003 for the following reasons:

1. The Public Announcement requests submissions of Pre-Qualification Applications in order to comply with School Board Policy No. 7003.
2. Proceeding with the Public Announcement will allow the District to develop a pool of pre-qualified contractors for the listed projects to improve and enhance the quality of facilities construction projects resulting with more efficient operations and economical outcomes.
3. The Public Announcement requires that contractors be pre-qualified for the listed projects in order for their bids to be opened for the listed projects when they are bid in the future.

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


 
 
 
       J-9. Award of Contract - SA Consultants, LLC - New Fire Sprinklers and ADA Restroom Renovation - Horizon Elementary School, Sunrise - P.000432 and P.000796 (f.k.a2531-04-02 and 2531-25-04)
Approve Award of Construction Contract for Horizon Elementary School, Project No. P.000432 and P.000796, to the low bidder meeting the bid specifications, SA Consultants, LLC, in the amount of $579,000.

Contractor:  SA Consultants, LLC

Consultant:  JACOBS (f.k.a. Edwards and Kelcey)

Scope of Work: Fire sprinkler protection and visual alarms at corridor/ADA Restroom.

The amount of the contract shall be $579,000.  The sources of funds are identified in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013.


 
 
 
       J-10. Approve Award of Contract - Falcon Cove Middle School, Weston - Millennium Middle School, Tamarac - Henry D. Perry Middle School, Miramar - Silver Trail Middle School, Pembroke Pines - Single Point of Entry - Project Nos.: P. 000627 (f.k.a. 3622-05-57), P. 000664 (f.k.a. 4722-05-57) - P. 000187 (f.k.a. 1011-05-57), P. 000595 (f.k.a. 3331-05-57)
Approve Award of Construction Contract for Falcon Cove, Millennium, Henry D. Perry, Silver Trail Middle Schools, Single Point of Entry, Project Nos. P. 000627, P. 000664 P. 000187, P. 000595, to the low bidder meeting the bid specifications, SA Consultants, LLC in the amount of $423,000.

Contractor: SA Consultants, LLC

Consultant: Facilities & Construction Management, Design Services

Scope of Work: Reconfigure entrance and administration office to ensure security.

The amount of the contract shall be $423,000.  The sources of funds are identified in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013.  


 
 
 
       J-11. Partial Guaranteed Maximum Price - Balfour Beatty Construction, LLC - Temporary Serving Kitchen/Dining Room - Northeast High School, Oakland Park - Project No. P. 000230 (f.k.a. 1241-25-02)
Approve the Partial Guaranteed Maximum Price (PGMP) in the amount of $929,083 submitted by Balfour Beatty Construction, LLC, for Northeast High School, New Stand-alone Kitchen/Cafeteria Building, Project No. P. 000230.

Project Consultant:  M.C. Harry & Associates

Scope:  Construct temporary serving kitchen/dining room.

The Board previously approved CM fees of $1,775,000 and Construction Budget of $8,874,705, for the total project including the construction of a new stand-alone kitchen/cafeteria building utilizing the food court concept. Before the construction of the new kitchen, the existing kitchen must be demolished as it occupies the space for the proposed new kitchen. The temporary serving kitchen/dining room must be in place prior to the demolition of the existing facility. The temporary facility will be used for the culinary arts program upon completion of the replacement kitchen/cafeteria building.
The Final GMP Manual is available for review at the Facilities and Construction Management Division.

The financial impact is $929,083.  This project is included in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013 for $10,813,861.   


 
 
 
       J-12. Amend Professional Services Agreement - Song & Associates, Inc. - New Construction - Elementary School “A”, Sunrise - Project No. P. 001005 (f.k.a. 3962-25-05)
Approve the First Amendment of the Professional Services Agreement with Song & Associates, Inc. for Elementary School “A”, new Construction, Project No. P. 001005, approved by the Board on September 18th, 2007.

The Scope for off-site work was not available at the time of the original Negotiations.  Instructions, at that time, were to negotiate the reuse only, pending site specific information.  The additional fees for this item represent the total for off-site design work, which has now been finalized.

Song & Associates, Inc. and the Superintendent’s Negotiations Committee negotiated an increase in fees for the amended scope as follows: Phase III by $44,464, Phase IV by $3,420, Phase V by $19,154, and Phase VI by $1,368, resulting with a total increase of $68,406.  

The Office of the Chief Auditor and the Risk Management departments have reviewed this amendment, and The School Board Attorney has approved the First Amendment as to Form and Legal Content.

The financial impact is $98,406, which includes $68,406 for Basic Services Fees and $30,000 for Supplemental/Reimbursable Fees.  The funds for this item are included in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013.


 
 
 
       J-13. Amend Professional Services Agreement - Song & Associates, Inc. - New Construction - Elementary School “Z”, Parkland - Project No. P. 000847 (f.k.a. 3961-25-02)
Approve the First Amendment of the Professional Services Agreement with Song & Associates, Inc. for Elementary School “Z”, New Construction, Project No. P. 000847, approved by the Board on September 18th, 2007.

The Scope of work is amended to include off-site work, as well as on-site lift station, electrical engineering, permitting, and Construction Administration services.

Song & Associates, Inc. and the Superintendent’s Negotiations Committee negotiated an increase in fees for the amended scope as follows: Phase III by $34,356, Phase IV by $2,643, Phase V by $14,799, and Phase VI by $1,057, resulting with a total increase of $52,855.  

The Office of the Chief Auditor and the Risk Management departments have reviewed this amendment, and The School Board Attorney has approved the First Amendment as to form and legal content.

The financial impact is $82,855, which includes $52,855 for Basic Services Fees and $30,000 for Supplemental/Reimbursable Fees. The funds for this item are included in the District Educational Facilities Plan, Fiscal  Years 2008-2009 to 2012-2013.


 
 
 
       J-14. Award of Contract - West Construction, Inc. - ADA Restroom Renovations -Wingate Oaks Center, Ft. Lauderdale - Project No. P.000184(f.k.a.0991-99-04)
Approve Award of Construction Contract for Wingate Oaks Center, ADA Restroom Renovations, Project No. P.000184 to the low bidder meeting the bid specifications, West Construction, Inc. in the amount of $323,000 and amend the Adopted District Educational Facilities Plan to accelerate the funding from 2009-2010 to 2008-2009.  Reduce the funding by $314,850 to match the project budget (Project Funds Allocation).

Contractor: West Construction, Inc.

Consultant: Perez & Perez Architects Planners, Inc.

Scope of Work: 13 single user restrooms and 2 group toilets.

The amount of the contract shall be $323,000.  The sources of funds are identified in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013.  Amend the Adopted District Educational Facilities Plan to accelerate the funding from 2009-2010 to 2008-2009.  Reduce the funding by $314,850 to match the project budget (Project Funds Allocation).


 
 
 
       J-15. Final Construction Documents which include Authorization to Advertise for Bids - District Wide Relocatable Buildings and Site Adaptation - Bid No. 2008-01-FC
Approve Final Construction Documents, which include Authorization to Advertise for Bids for District Wide Relocatable Buildings and Site Adaptation, Bid No. 2008-01-FC.

Project Consultant: Facilities and Construction Management Division, Design Services Department

Scope of Work:  The purpose of this Bid is to establish term contracts for:

a) all associated site work and relocation of relocatable buildings including site adaptation.
b) the purchase of pre-engineered and pre-manufactured Concrete, Steel, and/or Alternative Construction Relocatable Buildings.

Final Construction Documents are available for review at the Facilities and Construction Management Division.

There is no financial impact.  This item is not affecting the overall budget; therefore it does not require a collaboration form from the Capital Budget Department.


 
 
 
       J-16. Award of Contract - Grace & Naeem Uddin, Inc.- Playcourt Cover-Cross Creek School, Pompano Beach - Project No. P.000742 (f.k.a.3222-AA-01)
Approve Award of Construction Contract for Cross Creek School, Playcourt Cover, Project No. P.000742 to the low bidder meeting the bid specifications, Grace & Naeem Uddin, Inc. in the amount of $263,510.

Contractor:  Grace & Naeem Uddin, Inc.

Consultant:  Design Services

Scope of Work:  Install 110 foot by 92 foot roof covering, with lighting over the schools playcourt.  Provide 650 feet of new sidewalk and one new horn strobe.

The amount of the contract shall be $263,510.  The sources of funds are identified in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013.


 
 
 
       J-17. Award of Contract - Enco, LLC - ADA Restrooms and New Fire Sprinklers - Forest Hills Elementary, Coral Springs -P.000455 (f.k.a.2631-24-04)
Approve Award of Construction Contract for Forest Hills Elementary, ADA Restrooms and New Fire Sprinklers, P.000455 (f.k.a.2631-24-04) to the low bidder meeting the bid specifications, Enco, LLC, in the amount of $714,000.

Contractor:  Enco, LLC

Consultant:  Cubellis, sgr.  

Scope of Work:  The renovation of six ADA restrooms and a fire sprinkler protection system for building one.  The fire sprinkler protection system includes the replacement of ceiling tiles and grid lighting.  

The amount of the contract shall be $714,000.  The sources of funds are identified in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013.


 
 
 
       J-18. Increase Supplemental Services/Professional Services Agreement - BRPH Architects Engineers, Inc. - New Facility - Elementary School “C” (Lincoln Park), Hollywood - Project No. P.000400 (f.k.a. 2041-25-01)
Approve the increase to the Supplemental Services by $13,105 from $120,000 to $133,105 for the Professional Services Agreement dated December 21, 2004 between The School Board of Broward County, Florida and BRPH Architects Engineers, Inc.

The increase in the Supplemental Services Fee is required to cover cost of work necessary to develop plans and obtain a separate tree removal/relocation permit through the Broward County Department of Environmental Resources.  The tree removal/relocation permit was previously issued by the City of Hollywood.  However, the Broward County Department of Environmental Resources has claimed jurisdiction in permitting the site area of city property that will be leased back to The School Board of Broward County, Florida.

The funds for this item are within the project budget and are included in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013.  Funds totaling $13,105 will be moved from Project Contingency (Line 5) to Supplementary Services (Line 3).


 
 
 
       J-19. Temporary Construction License between The School Board of Broward County, Florida, and Premier Turnpike Park LLP for Ingress and Egress Purposes at the Cypress Run Educational Center
Approve a temporary construction license between The School Board of Broward County, Florida, and Premier Turnpike Park LLP, for ingress and egress purposes at the Cypress Run Educational Center.

Premier Turnpike Park LLP is constructing a development to the northwest of the Cypress Run Educational Center and has requested permission to install a drainage line and drainage structure in the existing 12 foot utility easement on the north perimeter of the  site.  

The proposed temporary construction license will allow the contractor to access the school site to install the line and structure, and to return the site to its original condition.  The duration of the license is for a period of no more than 90 days.      

The School Board Attorney has reviewed this document and approved it as to form and legal content.

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


 
 
 
       J-20. Grant of Utility Easement to Florida Power and Light (FPL) for Electrical Service at Nova High School
Approve the grant of a utility easement to Florida Power and Light (FPL) for electrical service at Nova High School.

The proposed 10' utility easement was requested by FPL to provide an underground service line for the new pool and classroom building at Nova High School.  

The School Board Attorney has approved the easement agreement as to form and legal content.

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


 
 
 
       J-21. License Agreement with the Greater Fort Lauderdale/Broward County Convention Center to hold Showcase 2009 (Magnet Programs)
Approve the annual license agreement with the Greater Fort Lauderdale/Broward County Convention Center for Magnet Programs Showcase 2009.

Showcase 2009 will provide parents and students with an overview of the unique educational opportunities available through Magnet Programs.  

The Greater Fort Lauderdale/Broward County Convention Center will lease their facility to the School Board to hold the Magnet Program's Showcase 2009.  This is a one-day event scheduled for December 3, 2008.

It is the policy of the Convention Center for the licensee to execute the agreement first.

The School Board Attorney has approved this agreement as to form and legal content.

The financial impact to the school district is estimated to be $4,000.  The source of funds is the Magnet Programs department budget.


 
 
 
       J-22. Grant of Drainage Easement, Water and Sewer Utility Easements, and Bills of Sale for Drainage Improvements at Southwest Bus Parking Facility to the City of Pembroke Pines
Approve the grant of Drainage Easement, Water and Sewer Utility Easements, and Bills of Sale for Drainage Improvements at Southwest Bus Parking Facility to the City of Pembroke Pines.

The proposed easements and bills of sale are necessary to complete the dedication of SW 202 Avenue, which borders the southwest Bus Parking Facility on the east, to the City of Pembroke Pines.  The City will take ownership of the utilities and be responsible for maintenance and repair.

The School Board Attorney has approved all documents as to form and legal content.

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


 
 
 
       J-23. License Agreement between The School Board of Broward County, Florida and First Church of Christ, Scientist for Student Parking at South Plantation High School
Approve the license agreement between The School Board of Broward County, Florida and First Church of Christ, Scientist for student parking at South Plantation High School.

With the new building addition at South Plantation High School, the number of student parking spaces has been reduced.  This license agreement will provide forty additional parking spaces for students.  The agreement is for a period of five years with a
30-day option to terminate for either party.

The School Board Attorney has reviewed this document and approved it as to form and legal content.

The rental amount is $1,600 per year, with the money to be generated from student fees associated with securing a campus parking decal.


 
 
 
       J-24. Change Orders
Approve change orders as listed for various school projects, and an additional appropriation of $22,673 from Capital Projects Reserve.

Anderson, Boyd H. High; Change Order 002; Total:  $800
Owner Request  $800

Dania Elementary; Change Order 004; Total:  $2,712
Owner Request  $2,712

Hollywood Hills Elementary; Change Order 006; Total:  $1,905
Unforeseen Condition  $1,905

Financial Impact: North Fork Elementary - Project No.: P.000220 $22,673. An additional financial impact of $22,673 will come from Capital Projects Reserve. There is no additional financial impact to the district for the remaining projects.  

North Fork Elementary; Change Order 011; Total:  $22,673
Owner Request  $22,673

Forman, Blanche (Nova) Elementary; Change Order 201; Total:  $34,213
Consultant Error  $34,213

Westchester Elementary; Change Order 001; Total:  $44,512
Unforeseen Condition  $44,512

North Fork Elementary - Project No.: P.000220 $22,673. An additional financial impact of $22,673 will come from Capital Projects Reserve. There is no additional financial impact to the district for the remaining projects.  


 
 
 
       J-25. Authorize Negotiations of Architectural and Engineering Consulting Services for Various Projects - BECON, Project No. P.000808
Approve the selection and authorize negotiations for Architectural and Engineering Consulting Services for BECON.

In accordance with Board Policy 7003 and RFQ No. 2007-36-FC, the Qualification Selection Evaluation Committee shortlisted, interviewed and has selected for Architectural and Engineering Services for Various Project for approval by the Board as follows:

BECON – Harvard Jolly, Inc.

The Superintendent’s designees will negotiate the selected Architectural Services fees for the projects and recommend award of contracts at a future School Board Meeting.

Proposal documents submitted by the proposers, staff evaluation documents and the Qualification Selection Evaluation Committee’s score sheets are available at the Facilities and Construction Management Division.

The funds for this item are included in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013.  There is no additional impact; therefore, a collaboration form is not required from the Capital Budget Department.


 
 
 
       J-26. Authorize Negotiations of Total Program Management Services for Various Re-Roofing Projects Group 1 - Twin Lakes Warehouse/Book Department, Oakland Park, Project No. P000855 - McFatter Technical Center, Davie, Project No. P000857 - Group 2 - Dillard High School, Fort Lauderdale, Project No. P000842 South Plantation High School, Plantation, Project No. P000841 Group 3 - Walter C. Young Middle School, Pembroke Pines, Project No. P000840 - Flanagan High School, Pembroke Pines, Project No. P000835
Approve the selection and authorize negotiations for Total Program Management Services for Group 1 –Twin Lakes Warehouse/Book Department and McFatter Technical Center, Group 2 – Dillard High School and South Plantation High School and Group 3 – Walter C. Young Middle School and Flanagan High School.

In accordance with Board Policy 7003 and RFQ No. 2007-37-FC, the Qualification Selection Evaluation Committee shortlisted, interviewed and has selected for Total Program Management Services for Various Re-Roofing Projects for approval by the Board as follows:

Group 1 – Twin Lakes/Warehouse/Book Department and McFatter Technical Center - National Roofing/South Florida, Inc.
Group 2 – Dillard High School and South Plantation High School - Advanced Roofing, Inc.
Group 3 – Walter C. Young Middle School and Flanagan High School - Weiss & Woolrich Southern Enterprises, Inc.

The Superintendent’s designees will negotiate the selected Architectural Services fees for the projects and recommend award of contracts at a future School Board Meeting.

Proposal documents submitted by the proposers, staff evaluation documents and the Qualification Selection Evaluation Committee’s score sheets are available at the Facilities and Construction Management Division.

The funds for this item are included in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013.  There is no additional impact; therefore, a collaboration form is not required from the Capital Budget Department.


 
 
 
       J-27. Amend Professional Services Agreement - Pierce Goodwin Alexander & Linville, Inc. -Phased Replacement - Lauderdale Manors Elementary School, Fort Lauderdale -Project No. P. 000082 (f.k.a. 0431-22-01)
Approve the First Amendment of the Professional Services Agreement with Pierce Goodwin Alexander & Linville, Inc. for Phased Replacement, Lauderdale Manors Elementary School, Project No. P. 000082, approved by the Board on August 17th, 2004.  

Original Scope: Demolish existing building no. 1 and replace with a new facility to house Administration, 12 Classrooms and Parent Drop-off. Replace existing cooling towers, existing chillers and pumps. Project requires preliminary site planning for approval of new building and parent drop-off placement on site. Project to be divided into the following phases: Phase I: Construction and occupancy of new facility, Completion of parent drop-off, cooling towers and chillers; Phase II: Demolition of existing building 1 and refurbishing of affected site.

Amended Scope:  Phase I: construct a new facility to house Administration; replace existing cooling towers, chillers, and pumps. Phase II: demolish existing Building 1; construct 12-classroom addition; construct new staff and visitor parking areas.

Pierce Goodwin Alexander & Linville, Inc. and the Superintendent’s Negotiations Committee negotiated an increase in fees for the amended scope as follows: Phase I by $90,885, Phase II by $121,180, Phase III by $212,065, Phase IV by $30,295, Phase V by $139,357, and Phase VI by $12,119, resulting with a total increase of $605,901.  

The Risk Management department has reviewed this amendment, and the School Board Attorney has approved the First Amendment as to form and legal content.

The financial impact is $98,406, which includes $68,406 for Basic Services Fees and $30,000 for Supplemental/Reimbursable Fees. The funds for this item are included in the District Educational Facilities Plan, Years 2008-2009 to 2012-2013.


 
 
 

  K. Office of Chief Financial Officer


       K-1. Revision to General Fund Amendment
Approve the attached General Fund Amendment I-7 for Fiscal Year 2007-2008.

This amendment is for the purpose of updating The Broward County School District Budget for changes in Revenues and Appropriations due to the recognition of new revenue or the adjustment of projected revenue from 5/1/08 through 5/31/08.

Recognize changes in Revenues and Appropriations due to new revenue or the adjustment of projected revenue from 5/1/08 through 5/31/08.


 
 
 
       K-2. Revision to Special Revenue (Other) Amendment
Approve the attached Special Revenue (Other) Amendment IV-7B for Fiscal Year 2007-2008.

This amendment is for the purpose of updating The Broward County School District Budget for changes in Revenue and Appropriations due to the recognition of new revenue or the adjustment of projected revenue from 5/1/08 through 5/31/08.

Recognize changes in Revenues and Appropriations due to new revenue or the adjustment of projected revenue from 5/1/08 through 5/31/08.


 
 
 
       K-3 Interim Financial Statements for the Period Ended May 31, 2008
Approve the Interim Financial Statement for the period ended May 31, 2008.

Financial Statements are required to be submitted to the School Board, pursuant to State Board Administrative Rule 6A-1.008.

There is no financial impact to the district.


 
 
 
       K-4. Revision to Capital Projects Funds Budget Amendments
Approve the attached Capital Projects Funds Amendments for Fiscal Year 2008.  These amendments are as of May  2008.

These amendments are being submitted to reflect additional revenues and appropriations of the Capital Projects Funds in order to:

1)   Recognize an increase is estimated revenue
2)   Adjust appropriations
3)   Reallocate budgeted funds
4)   Allocate time and travel to projects

The financial impact of this agenda item is adjusting Revenue and Appropriation as indicated on schedules A and B for Capital Budget activities as of May 2008.


 
 
 

  OPEN ITEMS



  AA. Resolutions



  BB. Board Members



  CC. Board Policies


       CC-1. Revisions to School Board Policy 7002-B Land Purchases (OPEN AGENDA)
Adopt Revised School Board Policy 7002-B, Land Purchases, at this final reading.

The existing Land Purchases Policy 7002-B generally addresses School Board obligations pertaining to the acquisition of real estate.  The changes proposed in the Revised Policy 7002-B were developed primarily to more accurately describe the real estate acquisition process and to restructure the policy to reflect the sequence of events in the process.    

The amendment before the Board was reviewed and approved by the Policy Review Committee on October 17, 2007, and approved as to form and legal content by the School Board Attorney.  The School Board “Approved as Amended” the Policy at first reading on April 15, 2008; and “Approved as Amended” on June 3, 2008, reading; therefore, it is recommended that the School Board should approve the Revised Policy 7002-B at this final reading.

There is no financial impact to the district.  This item does not require a collaboration form from the Capital Budget Department.


 
 
 
       CC-2. Board Policy Revisions to Board Policy 7003 Contractor Pre-Qualification Application Form (OPEN AGENDA)
Adopt revised Board Policy 7003 as it pertains to the Contractor Pre-Qualification Application Form, at this final reading.

Replace existing application with attached revisions to the Contractor Pre-Qualification Application. Application form included with Board Policy 7003. It contains reference to Florida Statutes for Primary & Secondary Qualifying Agents, Contact Name for contractor, adding M/WBE & Small Business certification, changing days given to QSEC to respond to an appeal, as well as editing and formatting. Application went to the Policy Review Committee on 11/7/07 and 5/7/08.

This would result with a more detailed pre-qualification application and process.

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


 
 
 

  DD. Office of The Chief Auditor



  EE. Chief Operations Officer


       EE-1. Bid/RFP And Other Financial Recommendations $500,000 Or Greater (OPEN AGENDA)
Approve the Bid/RFP recommendations as stated on the attached award recommendation for each Bid/RFP listed below.

BID/TITLE:  29-009R; TITLE:  Industrial Supplies, Tools and Accessories; CONTRACT PERIOD: October 1, 2008 through September 30, 2013; LOCATION:  PPO Stockroom; AMOUNT: $22,000,000

BID/TITLE:  29-028R; TITLE:  Service, Repair and Preventive Maintenance of HVAC and Chiller Equipment; CONTRACT PERIOD:  October 1, 2008 through September 30, 2013; LOCATION:  Physical Plant Operations; AMOUNT: $9,000,000

BID/TITLE:  29-033X; TITLE:  Rock, Fill, Sand and Clay for Grounds Maintenance; CONTRACT PERIOD:  December 1, 2008 through December 31, 2013; LOCATION:  Physical Plant Operations; AMOUNT:  $12,000,000; M/WBE VENDOR:  Mullings Engineering Services (African/American M/WBE: Sunrise, Florida)

Board approval of these Bid/RFP recommendations does not mean that the amounts shown will be spent.  These amounts represent the spending authority, which may be spread among the awarded vendors through the term of this contract from available funds already included in various school/department/center budgets.

The financial impact of each Bid/RFP Recommendation is indicated on its respective exhibit.


 
 
 
       EE-2. Additional Recommendations On Existing Contract $500,000 Or Greater (OPEN AGENDA)
Approve additional expenditures on previously approved term contracts as shown below. The recommendations are requests for additional expenditures only and do not require any changes to the district budget.

A.  APPROVAL  AND AN ADDITIONAL EXPENDITURE ON THE FOLLOWING CONTRACT:

1.  26-141N – Video Television Distribution Equipment (additional expenditure of $2,000,000 requested; $350,000 previously approved on 4/18/06)

It is recommended that the School Board authorize an additional expenditure of $2,000,000 to the subject contract.  The amount of the recommended spending authority is available from funds already included in the District budget. This recommendation will allow BECON to continue purchasing video television distribution equipment as required through April 30, 2009, and will provide for an approximate total expenditure of $2,350,000 for the award period.

Note: This additional expenditure is requested by BECON in order to ensure that schools and other sites throughout the District have the capability to receive the new digital signals for television transmission. The equipment purchased from Toner Cable Equipment will provide the transition from analog to digital for approximately 300 sites.  The FCC has set the deadline for analog television broadcasting to end on February 17, 2009.  Funding for this additional expenditure will come from the capital budget.

Items submitted for renewal approval have been evaluated by user departments and schools, and determined that satisfactory service is being provided, and that the contract prices are currently the best value based on current vendor prices, comparable prices from other agencies and/or the Consumer Price Index (CPI) data.  Recommendations are being made for additional expenditures on previously approved term contracts.  These recommendations are requests for additional expenditures only, and the amount is available from funds already included in the District budget.  These recommendations authorize additional expenditures until the expiration date of each contract, at which time the contract will be re-bid according to Board Policy unless the contract is renewed per the terms and conditions of the bidding documents.

These recommendations for additional spending authority will be funded from available funds already included in various school/department/center budgets or as described in the Summary Explanation and Background. This does not increase the existing budget.


 
 
 
       EE-3. FedEx Office and Print Services, Inc., Agreement (OPEN AGENDA)
Approve the Agreement with FedEx Office and Print Services for Quick, Inc., Copy Printing Services.

At the March 4, 2008, Board Meeting, the Board approved the release of RFP -143B to provide quick copy printing services.  An evaluation committee was created to evaluate and rank the proposals received.  In accordance with Section 5.4 of the RFP, which states that, “in the event an Agreement between the Committee and the selected proposer is deemed necessary, at the sole discretion of the Committee, the Committee will begin negotiations with the selected proposer”.  The evaluation committee recommended that staff enter negotiations with the top ranked proposer, and present the Agreement to the Board for approval.

The agreement has been approved as to form and legal content by the School Board Attorney.

The financial impact to the district is $1,000,000.  These funds come from various school and department budgets.


 
 
 

  FF. Curriculum and Instruction Student Support


       FF-1. Supplemental Education Services (SES) Agreement (OPEN AGENDA)
Approve the second round of agreements for Supplemental Educational Service providers required under No Child Left Behind (NCLB).

There are currently 107 State-approved vendors who are eligible to offer SES services in Broward County and have expressed an interest.

The current agreements are for the following providers: 1. PS Youth Outreach Center, Inc., 2. Communities in Schools of Broward County, Inc., 3. The Hampton Educational Services Group, 4. Bright Futures Learning Inc., 5. KLC Pembroke, Inc., 6. Chancellor Supplemental Educational Services, LLC, 7. Jay’s Learning Center 1, Inc., 8. The Community Learning Center, 9. Kidz Youth, Inc., 10. A+ Scoring High Tutoring, Inc., 11. Envision America, Inc., 12. Learn-It Systems, LLC, 13. The Juvenile Transition Center, Inc., 14. Lockhart’s Learning Center Inc., 15. Empowerment Tutoring, LLC, 16. A Plus Educational Corp., 17. New Life After School Program, Inc., 18. PICTURE ME LEARNING INC, 19. STAR LEARNING, L.L.C., 20. TRIUNFO “TRIUMPH” ACADEMY LLC, 21. Downtown Computer Services, Inc., 22. Rayfield Family Literacy Inc., 23. Next Level Educational Program, LLC, 24. Education Advantage!, LLC, 25. Huntington Learning Centers, Inc.

Vendors can receive up to $1,405 per pupil for student tutoring services.  This is equal to the per pupil appropriation given the District under the Title I program. Based on the required Title I set aside for SES, it is anticipated that 6,423 students can potentially be served in the 2008-09 school year.  There will be additional contracts coming forward this year due to subsequent enrollment opportunities for parents.  The attached timeline provides an overview of the process employed for the new school year.

All agreements have been approved as to form and legal content by the School Board Attorney.

Copies of the full agreements are available at the public stand in the lobby of the K. C. Wright Building, and at the Board Members’ Office on the 14th Floor of the K. C. Wright Building.

The financial impact for this initiative is up to $1,405 per approximately 6,423 students. The source of funds is the District’s Title I SES set aside which has recently been revised by the state to $9,024,695. There is no additional financial impact to the district.


 
 
 

  GG. Human Resources



  HH. Attorney



  II. Office of the Superintendent



  JJ. Facilities and Construction Management


       JJ-1. Selection and Award Total Program Manager Agreement - D. Stephenson Construction, Inc. - Re-roof/Renovation - Plantation High School - Project No. P.000890 (OPEN AGENDA)
REVISED

Approve the selection of the Total Program Manager and award of the agreement for Total Program Manager services to D. Stephenson Construction, Inc., and Total Program Manager fees of $755,339.

According to School Board Policy 7003, Selection of Engineers and Architects, and RFP No. 2007-33-FC, and pursuant to the Consultants’ Competitive Negotiation Act (Chapter 287.055 F.S.), the Qualification Selection Evaluation Committee selected D. Stephenson Construction, Inc., and fees were negotiated in accordance with Article 2.07 of the Total Program Management Agreement. The Professional Liability Insurance has been agreed upon pursuant to Article 2.12 of the Total Program Management Agreement. The Office of the Chief Auditor and Risk Management departments have reviewed this agreement, and the School Board Attorney has approved it as to form and legal content.

Scope:  Plantation High School - Re-roof Building #1 approximately 150,000 square feet. Renovate façade of Building #1 approximately 8,560 gross square feet.

The estimated Cost of Work is $2,052,788, the TPM Fees are $755,339, resulting with a Total Construction Budget (FLCC) of $2,808,127.

Total Fees for this item are $755,339.  Funds are identified in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013 for $3,500,000.  


 
 
 
       JJ-2. Guaranteed Maximum Price - Pavarini Construction, Inc. - Kitchen/Cafeteria -Cooper City High School - Project No. P. 000385 (f.k.a. 1931-23-02 (OPEN AGENDA)
Approve the Guaranteed Maximum Price (GMP) in the amount of $13,250,000 submitted by Pavarini Construction, Inc., for Cooper City High School, Kitchen/Cafeteria, Project No. P. 000385.

Project Consultant: M.C. Harry & Associates, Inc.

Scope:  Construction of a single story kitchen/cafeteria building, a central utility building and general site improvements.

The Board previously approved CM fees of $2,275,000.

The Final GMP Manual is available for review at the Facilities and Construction Management Division.

The financial impact is $13,250,000 including the cost of work.  This project is included in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013 for $17,319,600. Based on the PFA, the budget for this project will be reduced by $1,184,351.


 
 
 
       JJ-3. Total Program Management – Classroom Addition Program - James A. Cummings, Inc. - Partial Guaranteed Maximum Price - Harbordale Elementary School (Group 5), Ft. Lauderdale - Project No. P.000093 (f.k.a. 0491-24-01) (OPEN AGENDA)
Approve the Partial Guaranteed Maximum Price (PGMP) in the amount of $99,469 for James A. Cummings, Inc., for Harbordale Elementary School, 16 Classrooms, Project No. P.000093.

The scope of this GMP includes the demolition of the existing cafeteria and the re-routing of the electrical supply to the mechanical system for the existing classrooms.   

The Board previously approved TPM fees of $1,308,900 and a Construction Budget of $5,875,000.

The Partial GMP Manual is available for review at the Facilities and Construction Management Division.

The financial impact is $99,469 including the Cost of Work.  This project is included in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013 for $6,221,881.    


 
 
 
       JJ-4. Selection and Award Total Program Manager Agreement - Jag Air Mechanical, Inc. - HVAC Replacement - Watkins Elementary School, Pembroke Park - Project No. P.000887 (OPEN AGENDA)
REVISED

Approve the selection of the Total Program Manager and award of the agreement for Total Program Manager services to Jag Air Mechanical Inc., and Total Program Manager fees of $526,490.

According to School Board Policy 7003, Selection of Engineers and Architects, and RFP No. 2007-33-FC, and pursuant to the Consultants’ Competitive Negotiation Act (Chapter 287.055 F.S.), the Qualification Selection Evaluation Committee selected Jag Air Mechanical, Inc., and fees were negotiated in accordance with Article 2.07 of the Total Program Management Agreement. The Professional Liability Insurance has been agreed upon pursuant to Article 2.12 of the Total Program Management Agreement. The Office of the Chief Auditor and Risk Management departments have reviewed this agreement, and the School Board Attorney has approved it as to form and legal content.

Scope:  Watkins Elementary School – Replace 21 heat pump unit with DX units with electric heaters; DDC controls; and perform test and balance.

The estimated Cost of Work is $1,173,510, the TPM Fees are $526,490, resulting with a Total Construction Budget (FLCC) of $1,700,000.

Total Fees for this item are $526,490.  Funds are identified in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013 for $2,500,000.  


 
 
 
       JJ-5. Total Program Management – Classroom Addition Program - James B. Pirtle Construction Co., Inc. - Final Guaranteed Maximum Price - Embassy Creek Elementary School (Group 4), Cooper City - Project No. P.000686 (f.k.a. 3191-28-01) (OPEN AGENDA)
Approve the Final Guaranteed Maximum Price (GMP) in the amount of $5,418,523 for James B. Pirtle Construction Co., Inc., Embassy Creek Elementary School, 18 classrooms, Project No. P.000686. Approve an additional appropriation in the amount of $374,000 which will come from the Capital Projects Reserve.

The scope of this GMP includes the construction of 18 classrooms, administration suite, teacher planning suite, and custodial area.   

The Board previously approved TPM fees of $1,371,865 and a Construction Budget of $5,027,500.

The Final GMP Manual is available for review at the Facilities and Construction Management Division.

The financial impact is $5,418,523 including Cost of Work of $4,046,658 and TPM fees of $1,371,865.  There is an additional financial impact in the amount of $374,000 which will come from the Capital Projects Reserve.


 
 
 
       JJ-6. Award of Contract and Rejection of Bids - Construction Services Minor Projects -(Electrical Services)- Various Locations Bid No. 2007-06-FC (Re-Bid II) (OPEN AGENDA)
Approve award of construction contracts, Construction Services Minor Projects (Electrical Services), Various Locations, Bid No. 2007-06-FC (Re-Bid II), to the low bidders meeting bid specifications, AMPCO Electric, Inc., C & F Electric, Inc., and Universal Electric of FL, Inc.; rejection of bids received from AMPCO Electric, Inc., Francis Uriel Electric ADT, Inc., Gancedo Technologies, Inc., and Universal Electric of FL, Inc.; ¬and authorization to re-advertise for bids for the un-awarded category and item.

* Reject the bids from:
* AMPCO Electric, Inc.- Item # 6 for Audio and Lighting Construction Service for Theatrical and Stage
* AMPCO Electric, Inc. - Items # 5 and 6 for Fire Alarm Services
* Francis Uriel Electric ADT, Inc. - Items # 5 and 6 for Audio and Lighting Construction Service for Theatrical and Stage
* Francis Uriel Electric ADT, Inc. - Items # 4-6 for Electrical Services; Traffic Light Signalization & Signage Construction Services
* Francis Uriel Electric, Inc. - Items # 4-6 for Fire Alarm Services
* Gancedo Technologies, Inc. - Item # 6 for Audio and Lighting Construction Service for Theatrical and Stage
* Gancedo Technologies, Inc. - Items # 4 and 5 for Electrical Services; Traffic Light Signalization & Signage Construction Services
* Universal Electric of FL, Inc. Item # 6 for Audio and Lighting Construction Service for Theatrical and Stage
* Universal Electric of FL, Inc. - Items # 4-6 for Electrical Services; Traffic Light Signalization & Signage Construction Services
* Universal Electric of FL, Inc. - Items # 5 and 6 for Fire Alarm Services for reaching their current Contractor Pre-Qualification Aggregate Limit, or an additional award that would cause the Pre Qualified Aggregate Limit to be exceeded per Document 00410 Bid Form.

* Reject the bid received from Gancedo Technologies, Inc. for Item # 5 for Fire Alarm Services for failure to comply with Document 00410 Bid Form, Rule 2 for failure to be pre-qualified for Fire Alarm Services.

* Reject the bid received from Gancedo Technologies, Inc. for Item # 6 for Electrical Services; Traffic Light Signalization & Signage Construction Services for failure to comply with Document 00200, Article 5.03C for an error in the submitted base bid multiplier.

There are (3) Contractors to be awarded contracts:

AMPCO Electric, Inc. Item # 5 for Audio and Lighting Construction Service for Theatrical and Stage in the amount of $4,000,000.
C & F Electric, Inc. Items # 4 and 5 for Electrical Service; Traffic Light Signalization & Signage Construction Services in the amount of $4,000,000 each.
C & F Electric, Inc. Item # 6 for Electrical Service; Traffic Light Signalization & Signage Construction Services in the amount of $6,000,000.
C & F Electric, Inc. Item # 5 for Fire Alarm Services in the amount of $2,000,000.
C & F Electric, Inc. Item # 6 for Fire Alarm Services in the amount of $4,000,000.
Universal Electric of FL, Inc.  Item # 4 for Fire Alarm Services in the amount of $1,500,000.

Re-bid the following category and item:
Audio and Lighting Construction Services for Theatrical and Stage - Item # 6

Scope of Work: The purpose of this Bid is to establish term contracts for the Construction Services to complete various projects and others included in the Adopted District Educational Facilities Plan.   

The term of the contracts shall be for (3) years with a one (1) year renewal at Owner’s option and at the renewal amount stated in Document 00410.

Funds for these projects are included in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013, but specific locations to be completed under these contracts have not yet been determined.  The spending authority resulting from approval of this item is $25,500,000.  There is no financial impact; therefore this item does not require a collaboration form from the Capital Budget Department.


 
 
 
       JJ-7. Award of Contract and Rejection of Bids - Construction Services Minor Projects -(General Contractor Services, Items 1 and 2) -Various Locations - Bid No. 2007-05-FC (Re-Bid) (OPEN AGENDA)
Approve award of construction contract for Construction Services Minor Projects (General Contractor Services, Items 1 and 2), Bid No. 2007-05-FC (Re-Bid), Various Locations to the low bidders meeting the bid specifications, James B. Pirtle Construction Co., Inc., and Decon Environmental Engineering, Inc.; and rejection of bids received from Ranon Development, Inc., D. Stephenson Construction, Inc., Tommie Butts Enterprises, Inc., Weiss & Woolrich Contracting Corporation, and Stellar Construction Management, LLC.

* Reject the bids received from:
* Ranon Development, Inc.
* D. Stephenson Construction, Inc.
Tommie Butts Enterprises, Inc. for failure to submit Document 00420 Bid Security Form as specified in Document 00200 Article 4.01, Item A.2.

* Reject the bid received from Weiss & Woolrich Contracting Corporation for failure to submit Document 00457 and Document 00466 as per Document 0200, Article 4.01, Items A.5. and A.7.   

* Reject the bid received from Stellar Construction Management, LLC for Items # 1 and 2 for the North, North Central, South Central and South Administrative Areas for failure to comply with Document 00200, Article 5.03C for the errors in the submitted base bid multipliers.  

There are (2) Contractors to be awarded contracts:

James B. Pirtle Construction Co., Inc.
Item # 1 General Contractor Services for the North Administrative Area in the amount of $250,000.
Item # 1 General Contractor Services for the North Central Administrative Area in the amount of $250,000.
Item # 1 General Contractor Services for the South Central Administrative Area in the amount of $250,000.
Item # 2 General Contractor Services for the South Central Administrative Area in the amount of $500,000.
Item # 1 General Contractor Services for the South Administrative Area in the amount of $250,000.
Item # 2 General Contractor Services for the South Administrative Area in the amount of $500,000.

Decon Environmental & Engineering, Inc.
Item # 2 General Contractor Services for the North Administrative Area in the amount of $500,000.
Item # 2 General Contractor Services for the North Central Administrative Area in the amount of $500,000.

Scope of Work: The purpose of this Bid is to establish term contracts for the Construction Services to complete various projects and others included in the Adopted District Educational Facilities Plan.   

The term of the contracts shall be for (3) years with a one (1) year renewal at Owner’s option and at the renewal amount stated in Document 00410.

Funds for these projects are included in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013, but specific locations to be completed under these contracts have not yet been determined.  The spending authority resulting from approval of this item is $3,000,000.  There is no additional financial impact; therefore this item does not require a collaboration form from the Capital Budget Department.


 
 
 
       JJ-8. Award of Contract - Construction Services Minor Projects - (Painting, Plastering, & Stucco Services) - Various Locations - Bid No. 2007-09-FC (OPEN AGENDA)
Approve Award of Construction Contract for Construction Services Minor Projects (Painting, Plastering, & Stucco Services), Bid No. 2007-09-FC, Various Locations to the low bidders meeting the bid specifications, Decon Environmental Engineering, Inc., and Grace & Naeem Uddin, Inc.

Contractors:
• Decon Environmental & Engineering, Inc. - Item # 1 for Painting, Plastering, & Stucco Services in the amount of $250,000.
• Decon Environmental & Engineering, Inc. - Item # 2 for Painting, Plastering, & Stucco Services in the amount of $500,000.
• Decon Environmental & Engineering, Inc. - Item # 3 for Painting, Plastering, & Stucco Services in the amount of $1,000,000.
• Decon Environmental & Engineering, Inc. - Item # 4 for Painting, Plastering, & Stucco Services in the amount of $2,000,000.

• Grace & Naeem Uddin, Inc. - Item # 5 for Painting, Plastering, & Stucco Services in the amount of $3,000,000.
• Grace & Naeem Uddin, Inc. - Item # 6 for Painting, Plastering, & Stucco Services in the amount of $4,000,000.

Scope of Work: The purpose of this Bid is to establish term contracts for the Construction Services to complete various projects and others included in the Adopted District Educational Facilities Plan.   

The term of the contracts shall be for (3) years with a one (1) year renewal at Owner’s option and at the renewal amount.

Funds for these projects are included in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013, but specific locations to be completed under these contracts have not yet been determined.  The spending authority resulting from approval of this item is $10,750,000.  There is no additional financial impact; therefore this item does not require a collaboration form from the Capital Budget Department.


 
 
 
       JJ-9. Award of Contract - Construction Services Minor Projects - (Paving, Landscaping, Interior & Recreational Services) - Various Locations - Bid No. 2007-11-FC (OPEN AGENDA)
Approve Award of Construction Contract for Construction Services Minor Projects (Paving, Landscaping, Interior & Recreational Services), Bid No. 2007-11-FC, Various Locations to the low bidders meeting the bid specifications, Grace & Naeem Uddin, Inc., & James B. Pirtle Construction Co., Inc.

Contractors:

Grace & Naeem Uddin, Inc.
• Item 1 for Paving & Drainage Services; Landscaping Services; Interior Contracting; and Recreational and Playground Construction Services in the amount of $250,000 each.
• Item 2 for Paving & Drainage Services; Landscaping Services; Interior Contracting; and Recreational and Playground Construction Services in the amount of $500,000 each.
• Item 3 for Paving & Drainage Services; Landscaping Services; and Interior Contracting in the amount of $1,000,000 each.
• Item 4 for Paving & Drainage Services and Landscaping Services in the amount of $2,000,000 each.
• Item 5 for Paving & Drainage Services and Landscaping Services in the amount of $3,000,000 each.
• Item 6 for Paving & Drainage Services in the amount of $4,000,000.

James B. Pirtle Construction Co., Inc.
• Item 3 for Recreational and Playground Construction Services in the amount of $1,000,000.
• Item 4 for Interior Contracting and Recreational and Playground Construction Services in the amount of $2,000,000 each.
• Item 5 for Interior Contracting and Recreational and Playground Construction Services in the amount of $3,000,000 each.
• Item 6 for Landscaping Services; Interior Contracting and Recreational and Playground Construction Services in the amount of $4,000,000 each.

Scope of Work: The purpose of this Bid is to establish term contracts for the Construction Services to complete various projects and others included in the Adopted District Educational Facilities Plan.   

The term of the contracts shall be for (3) years with a one (1) year renewal at Owner’s option and at the renewal amount.    

Funds for these projects are included in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013, but specific locations to be completed under these contracts have not yet been determined.  The spending authority resulting from approval of this item is $43,000,000.  There is no additional financial impact; therefore this item does not require a collaboration form from the Capital Budget Department.


 
 
 
       JJ-10. Award of Contract - Miami Skyline Construction Corp. - New Media Center - Pines Lakes Elementary School, Pembroke Pines - Project No.P.000515 (f.k.a.2861-25-01) (OPEN AGENDA)
Approve Award of Construction Contract for Pines Lakes Elementary School, New Media Center, Project No.P.000515 to the low bidder meeting the bid specifications, Miami Skyline Construction Corp. in the amount of $1,695,000.

Contractor:  Miami Skyline Construction Corp.

Consultant:  Saltz Michelson Architects

Scope of Work: Construct a new stand alone media center.                                             

The amount of the contract shall be $1,695,000.  The sources of funds are identified in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013.


 
 
 
       JJ-11. Total Program Management – Classroom Addition Program - James B. Pirtle Construction Co., Inc. - Final Guaranteed Maximum Price - Pines Lakes Elementary School (Group 4), Pembroke Pines - Project No. P.000683 (f.k.a. 2861-25-01) (OPEN AGENDA)
Approve the Final Guaranteed Maximum Price (GMP) in the amount of $4,746,605 for James B. Pirtle Construction Co., Inc., Pines Lakes Elementary School, 12 classrooms addition, Project No. P.000683. Approve an additional appropriation in the amount of $1,434,105 which will come from the Capital Projects Reserve.

The scope of this GMP includes the construction of 12 classrooms, administration suite, teacher planning suite, and custodial area.   

The Board previously approved TPM fees of $1,030,898 and a Construction Budget of $3,527,500.

The Final GMP Manual is available for review at the Facilities and Construction Management Division.

The financial impact is $4,746,605 including Cost of Work of $3,715,707 and TPM fees of $1,030,898.  This project is included in the  District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013 for $3,600,000.  There is an additional financial impact in the amount of $1,434,105 which will come from the Capital Projects Reserve.


 
 
 
       JJ-12. Selection and Award Total Program Manager Agreement - D. Stephenson Construction, Inc. - Cafeteria Replacement and Miscellaneous - Larkdale Elementary School, Fort Lauderdale - Project No. P.000880 (f.k.a. 0621-26-01) (OPEN AGENDA)
Approve the selection of the Total Program Manager and award of the agreement for Total Program Manager services to D. Stephenson Construction, Inc., and Total Program Manager fees of $1,667,202.

According to School Board Policy 7003, Selection of Engineers and Architects, and RFP No. 2007-35-FC, and pursuant to the Consultants’ Competitive Negotiation Act (Chapter 287.055 F.S.), the Qualification Selection Evaluation Committee selected D. Stephenson Construction, Inc., and fees were negotiated in accordance with Article 2.07 of the Total Program Management Agreement. The Professional Liability Insurance has been agreed upon pursuant to Article 2.12 of the Total Program Management Agreement. The Office of the Chief Auditor and Risk Management departments have reviewed this agreement, and the School Board Attorney has approved it as to form and legal content.

Scope:  Larkdale Elementary School - Construct a new 18,022 gross square foot cafeteria to replace the existing.  Decommission existing kitchen equipment and cap all utility services.  Correct drainage around south playground.  Provide covered walkways to connect new facility to Building #4.  Abandon floor drains, terminate gas piping, wheel chair lift is to remain in present location, stage is to remain in present location, no roofing, no exterior work, no new doors, no new windows, no electrical work other than equipment disconnect, no fire sprinkler work other than that associated with equipment disconnect, no fire alarm work other than that associated with equipment disconnect, no HVAC work other than that associated with equipment disconnect, no plumbing work other than that associated with equipment disconnect, no floor patching, no wall patching, and no painting.

The estimated Cost of Work is $4,526,768. The TPM Fees are $1,667,202, resulting with a Total Construction Budget (FLCC) of $6,193,970. Based on the attached PFA, there is a potential financial impact in the amount of $511,860 which will come from the Capital Projects Reserve.

Total Fees for this item are $1,667,202.  Funds are identified in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013 for $5,800,000.


 
 
 
       JJ-13. Professional Services Agreement - Construction Management at Risk Project -Cubellis Inc. - Building Expansion/Remodel and Renovate - Northside Elementary School, Fort Lauderdale - Project No. P. 000810 (OPEN AGENDA)
Approve the agreement with Cubellis Inc. for Building Expansion/Remodel and Renovate, Northside Elementary School, Project No. P. 000810, in the form of the Professional Services Agreement, and authorize the Deputy Superintendent to reimburse the Project Consultant for costs pursuant to the Professional Services Agreement.

Scope of Work: Expand Building #8 (13,154 gross square feet) to include 1 primary classroom, 6 intermediate classrooms, a skills development lab, administrative spaces, a resource room, custodial spaces, student and staff restrooms; demolish Building #3 (7,940 gross square feet). Construct a new classroom building (6,400 gross square feet) to include 4 primary classrooms, storage, student restrooms, and custodial spaces. Remediate drainage issues on campus, relocate boiler; remodel Building #1 (20,000 gross square feet) to include the single point of entry; repair exterior hallway floors (10,711 square feet); upgrade existing HVAC system to service new construction; upgrade fire alarm.  The facility is designated “Of Historical Significance”, hence an additional supplemental amount of $150,000, included in the total of $250,000 allocated in the financial impact for supplemental/reimbursable, has been provided as the A/E will be required to attend meetings and coordinate with the Historical Preservation Society and the Division of Historical Resources. In addition, the A/E will be required to negotiate a variance with the City of Ft. Lauderdale for the use of the adjoining park during construction.  

The Qualification Selection Evaluation Committee selected Cubellis Inc., The School Board of Broward County, Florida approved the selection June 17, 2008, and the Superintendent’s Negotiating Committee met with Cubellis Inc. and negotiated a fixed fee in accordance with Article 5 of the Professional Services Agreement.

The Architectural/Professional Liability Insurance has been agreed upon pursuant to Article 9 of the Professional Services Agreement based upon the Project Contract Cost.  The Office of the Chief Auditor and Risk Management departments have reviewed this agreement, and the School Board Attorney has approved it as to form and legal content.

The agreement form for Architectural/Engineering services was approved by the Board on April 10, 2007.

The funds for this item are included in the District Educational Facilities Plan, Fiscal Years 2008-2009 to 2012-2013.  The total fees included in this item are $1,165,400.  They include a Fixed Design Fee of $915,400 and Supplemental/ Reimbursable Services of $250,000.


 
 
 
       JJ-14. Award of Contract - Grace & Naeem Uddin, Inc. - New Fire Sprinkler Protection System - Griffin Elementary School, Cooper City - Plantation Park Elementary School, Plantation - Project Nos. P. 000782 (f.k.a. 2851-04-02) and P. 000234 (f.k.a. 1251-25-25) (OPEN AGENDA)
Approve Award of Construction Contract and waive submission of Document 00436 Schedule of Unit Prices for Griffin Elementary School and Plantation Park Elementary School, New Fire Sprinkler Protection System, Project Nos. P. 000782 and P. 000234 to the low bidder meeting the bid specifications, Grace & Naeem Uddin, Inc. in the amount of $929,455.

Contractor: Grace & Naeem Uddin, Inc.

Consultant: Edwards and Kelcey (now known as Jacobs).

Scope of Work: General construction of new fire sprinkler protection.    

Griffin Elementary School: $479,717.                                             

Plantation Park Elementary School: $449,738.

The amount of the contract shall be $929,455.  The sources of funds are identified in the  District Educational Facilities Plan,
Fiscal Years 2008-2009 to 2012-2013.


 
 
 

  KK. Office of Chief Financial Officer



  ADJOURNMENT


PURSUANT TO FLORIDA STATUTE 286.0105: If a person decides to appeal any decision made by the School Board with respect to any matter considered at a meeting or hearing, he/she will need a record of the proceedings, and for such purpose, he/she 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. Individuals with disabilities requesting accommodations under the Americans with Disabilities Act (ADA) may call the Equal Educational Opportunities Department at (754) 321-2150 or TDD# (754) 321-2158.

Related Downloadable Files
   072208 Regular Board Meeting   
   072908 1st Public Hearing - Budget