Office of Superintendent of Schools July 27, 2016 Board Meeting of August 10, 2016
|
|
- Cori Fitzgerald
- 5 years ago
- Views:
Transcription
1 Office of Superintendent of Schools July 27, 2016 Board Meeting of August 10, 2016 Financial Services Mrs. Judith M. Marte, Chief Financial Officer COMMITTEE: FISCAL ACCOUNTABILITY E CV AWARD INVITATION TO BID NO. ITB CV PEST CONTROL SERVICES E MM PARTIAL AWARD INVITATION TO BID NO. ITB MM AUTOMOTIVE REPAIR SERVICES AND SPECIALIZED REPAIRS FOR SCHOOL BOARD VEHICLES. E YWP AWARD REQUEST FOR PROPOSALS NO. RFP YWP - OUTSIDE AGENCIES QUALIFIED TO OPERATE ALTERNATIVE EDUCATION PROGRAMS FOR MIAMI- DADE COUNTY PUBLIC SCHOOLS AT-RISK STUDENTS E MT AWARD INVITATION TO BID NO. ITB MT STUDENT AND CLASS PICTURES E YWP AWARD REQUEST FOR PROPOSALS NO. RFP YWP - COMPREHENSIVE ON-SITE HEALTH CARE SERVICES FOR STUDENTS ATTENDING DOROTHY M. WALLACE CONTINUING OPPORTUNITIES FOR A PURPOSEFUL EDUCATION (C.O.P.E) CENTER SOUTH E YWP AWARD ITB NO. ITB YWP SCHOOL BUS ROUTES FOR PRIVATE SCHOOL BUS COMPANIES COMMITTEE: FACILITIES AND CONSTRUCTION F AC AWARD INVITATION TO BID NO. ITB AC - KITCHEN EQUIPMENT REPAIRS AND/OR INSTALL
2 Office of Superintendent of Schools Board Meeting of August 10, 2016 July 27, 2016 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: AWARD INVITATION TO BID NO. ITB CV PEST CONTROL SERVICES FISCAL ACCOUNTABILITY LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services, at the request of the Department of Food and Nutrition, released the above-reference solicitation. The purpose of this Invitation To Bid is to establish a contract, at firm unit prices, for an integrated pest management (IPM) program in specified areas of The School Board of Miami-Dade County, Florida. This service would be provided in the North, Central and South locations. As such, bidders were asked to provide pricing for one, two, or all three locations. This is a term bid which states that the Board may purchase quantities as may be required, at the unit price bid, but is not obligated to purchase any guaranteed amount. This Invitation To Bid was advertised on the Procurement Management Services website, the Demandstar website, The Miami Times and the Diario Las Americas newspapers, and ed to 22 potential bidders. The initial term of the bid shall be for two (2) years, commencing August 10, 2016 through August 9, 2018, and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidder(s), be extended for three (3) additional one (1) year periods. Strategies were employed to increase SBE/MBE participation; however, the Goal Setting Committee recommended that this solicitation be open, not sheltered, as a large number of SBE/MBE vendors were not identified within the commodity code(s). Four vendors responded to this advertised bid. Based on the criteria listed in the solicitation, a primary vendor is being recommended for award. Fund Source Food Service Fund E-141 Page 1 of 2
3 RECOMMENDED: That The School Board of Miami-Dade County, Florida: JMM/cv 1. AWARD Invitation To Bid No. ITB CV PEST CONTROL SERVICES to establish a contract, at firm unit prices, for an integrated pest management (IPM) program in specified areas of The School Board of Miami-Dade County, Florida, with an effective date of August 10, 2016 through August 9, 2018, as may be required, including extensions thereto, as follows: TOWER PEST CONTROL, INC WEST 20 TH AVENUE HIALEAH, FL OWNER: FRANCISCO J. TORRE, PRESIDENT NORTH AND CENTRAL LOCATIONS Elementary Schools (PLC, $32.50 per month Kindergarten to Eight $32.50 per month Middle $32.50 per month Senior High $35.50 per month Vocational $37.50 per month Home Economics/Food $18.00 per month SOUTH LOCATIONS Elementary Schools (PLC, $33.00 per month Kindergarten to Eight $33.00 per month Middle $33.00 per month Senior High $33.00 per month Vocational $38.00 per month Home Economics/Food $ per month 2. AUTHORIZE Procurement Management Services to purchase up to the total estimated amount of $400,000 for the initial contract term, and an amount not to exceed $200,000 for each subsequent one (1) year extension period. Board authorization of this recommendation does not mean the amount shown will be expended. Page 2 of 2
4 Office of Superintendent of Schools July 27, 2016 Board Meeting of August 10, 2016 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: PARTIAL AWARD INVITATION TO BID NO. ITB MM AUTOMOTIVE REPAIR SERVICES AND SPECIALIZED REPAIRS FOR SCHOOL BOARD VEHICLES COMMITTEE: FISCAL ACCOUNTABILITY LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services, at the request of the Department of Transportation, released the above-referenced solicitation. The purpose of this Invitation To Bid is to establish a contract at firm unit prices, for automotive repair and specialized repair services for the Transportation Department of Miami-Dade County Public Schools. This is a term bid which states that the Board may purchase quantities, as may be needed, but is not obligated to purchase any guaranteed amount. This ITB was advertised on the Miami-Dade County Public Schools Procurement Management Services website, the DemandStar website, BidNet, Florida Bid, the Miami Times and Diario Las Americas newspapers, as well as ed to 23 potential bidders. The initial term of the bid shall be for a two (2) year period, commencing August 10, 2016 through August 9, 2018, and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidder, be extended for three (3) additional one (1) year periods. In this ITB, the District requested firm fixed unit pricing for the following four (4) categories: Category A, Automotive Truck and Bus Repair Service for Cars, Light Trucks, Vans & SUV's and Trucks & Buses (medium and heavy duty) ; Category B, Specialized Repairs; Category C, Glass Replacement; and Category D, Specialized Radiator Repairs for multiple radiator sizes. Category C will be rejected as the District secured minimal responses that were not cost-effective. Competitive prices will be solicited for these items, as the need arises, pursuant to Board Policy 6320, Purchase Approval and Competitive Bidding Process Requirements. Strategies were employed to increase SBE/MBE participation. Ten vendors submitted bids in response to this solicitation. Upon further negotiation with the vendors, Procurement Management Services was able to obtain an additional 15% savings as a result of aggressive negotiation. This contract shall be awarded to seven (7) vendors as this is in the best interest of the District. The awarded vendors are currently registered to do business with the District. Fund Source General Page 1 of 5 E-142
5 RECOMMENDED: That The School Board of Miami-Dade County, Florida: 1. PARTIAL AWARD Invitation To Bid No. ITB MM AUTOMOTIVE REPAIR SERVICES AND SPECIALIZED REPAIRS FOR SCHOOL BOARD VEHICLES, to establish a contract at firm unit prices for automotive repair and specialized repair services for The School Board of Miami- Dade County, Florida, with an effective date of August 10, 2016 through August 9, 2018, including extensions thereto, as follows: Category A - Automotive Truck and Bus Repair Service (ITEMS A1, A2 and A3 for repairs to Cars, Light Trucks, Vans & SUV's) PRIMARY a. ELIO S AUTO ELECTRIC, INC. MBE/MWBE 3251 NW 28 STREET MIAMI, FL OWNER: JESUS AVILA, PRESIDENT HISPANIC AMERICAN Item A1 - Labor $45 per hour Item A2 - Discount 30% Item A3 - Cost-Plus, Consumables and catalog price b. SMUTNY & ROSS TRANSMISSION MBE AND BODY SPECIALISTS 9970 BANYAN STREET MIAMI, FL OWNER: WILLIAM SMUTNY, OWNER Item A1 - Labor $55 per hour Item A2 - Discount 10% Item A3 - Cost-Plus, Consumables and 10% c. R & J AUTOMOTIVE SERVICE, INC. MBE/MWBE SW 187TH STREET MIAMI, FL OWNER: RODERICK SMILEY, VICE PRESIDENT AFRICAN AMERICAN Item A1 - Labor $50 for cars and $60 for trucks per hour Item A2 - Discount catalog price Page 2 of 5
6 Item A3 - Cost-Plus, Consumables and cost ALTERNATE JACK LYONS TRUCK PARTS, INC NW 96 STREET MEDLEY, FL OWNER: JOHN L. LYONS JR., PRESIDENT Item A1 - Labor $59 per hour Item A2 - Discount 20% Item A3 - Cost-Plus, Consumables and 25% (ITEMS A4, A5 and A6 for repairs to Trucks & Buses (medium and heavy duty) PRIMARY a. ELIO S AUTO ELECTRIC, INC. MBE/MWBE 3251 NW 28 STREET MIAMI, FL OWNER: JESUS AVILA, PRESIDENT HISPANIC AMERICAN Item A4 - Labor $55 per hour Item A5 - Discount 30% Item A6 - Cost-Plus, Consumables and catalog price b. JACK LYONS TRUCK PARTS, INC NW 96 STREET MEDLEY, FL OWNER: JOHN L. LYONS JR., PRESIDENT Item A4 - Labor $59 per hour Item A5 - Discount 20% Item A6 - Cost-Plus, Consumables and 25% ALTERNATE i. SMUTNY & ROSS TRANSMISSION MBE AND BODY SPECIALISTS 9970 BANYAN STREET MIAMI, FL OWNER: WILLIAM SMUTNY, OWNER Item A4 - Labor $65 per hour Item A5 - Discount 10% Item A6 - Cost-Plus, Consumables and 10% Page 3 of 5
7 ii. BEACON AUTOCARE, INC. SBE/MWBE 8701 NW 13 TERRACE MIAMI, FL OWNER: DAVID PEREZ, PRESIDENT HISPANIC AMERICAN Item A1 - Labor $79 per hour Item A2 - Discount 10% Item A3 - Cost-Plus, Consumables and 20% Category B, Items B1, B2 and B3 for Specialized Repairs PRIMARY JACK LYONS TRUCK PARTS, INC NW 96 STREET MEDLEY, FL OWNER: JOHN L. LYONS JR., PRESIDENT Item B1 - Labor $59 per hour Item B2 - Discount 20% Item B3 - Cost-Plus, Consumables and 25% ALTERNATE ARMSTRONG FORD S. FEDERAL HIGHWAY HOMESTEAD, FL OWNER: WILLIAM ARMSTRONG, OWNER Item B1 - Labor $80 per hour Item B2 - Discount catalog price Item B3 - Cost-Plus, Consumables and 10% Category D - Specialized Radiator Repairs (ITEMS D1, D2 and D3 for Radiator Repairs (multiple radiator sizes) PRIMARY 3 STAR ATLANTIC RADIATOR, INC N. DIXIE HIGHWAY OAKLAND PARK, FL OWNER: MICHAEL CROSS, PRESIDENT Item D1 - Radiator Repair Per Cubic $0.03 Item D2 - Radiator Repair Per Cubic 0.03 Item D3 - Radiator Repair Per 10,000 cubic Inches@ $0.03 Page 4 of 5
8 2. AUTHORIZE Procurement Management Services to purchase up to the total estimated amount of $1,500,000 for the initial contract term, and an amount not to exceed $750,000, for each subsequent one (1) year extension period(s). Board authorization of this recommendation does not mean the amount shown will be expended. JMM/hr Page 5 of 5
9 Office of Superintendent of Schools July 27, 2016 Board Meeting of August 10, 2016 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: AWARD REQUEST FOR PROPOSALS NO. RFP YWP - OUTSIDE AGENCIES QUALIFIED TO OPERATE ALTERNATIVE EDUCATION PROGRAMS FOR MIAMI-DADE COUNTY PUBLIC SCHOOLS AT-RISK STUDENTS COMMITTEE: FISCAL ACCOUNTABILITY LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services, at the request of the Office of School Operations, released the above-referenced solicitation. The purpose of this Request For Proposals (RFP) is to provide educational and wrap-around services which address critical areas for the education of at-risk students. This program will serve at-risk and/or adjudicated school-age youth, in grades 6-12, in multiple settings with Miami-Dade County, Florida. This RFP was advertised on the Miami-Dade County Public Schools Procurement Management Services website, the Demandstar website, The Miami Times, and the Diario Las Americas newspapers, BidNet and Florida Bid, as well as ed to 49 potential registered bidders. The initial term of the RFP shall be for three (3) years, commencing August 10, 2016 through August 9, 2019, and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidder(s), be extended for two (2) additional one (1) year periods, beyond the expiration date of the initial contract period. Strategies were employed to increase SBE/MBE participation; however, the Goal Setting Committee recommended that this solicitation be open, not sheltered, as a large number of SBE/MBE vendors were not identified within the commodity code(s). The Selection Committee reviewed the following five (5) proposals: Specialized Education Services, Inc., PACE Center for Girls Miami, Believe to Achieve ASP, Corp., Richmond-Perrine Optimist Club, Inc. of Miami, Florida and AMIKids Miami Dade, Inc. After considerable discussion, request and submission of the Best and Final Offer and based on scoring criteria, the Selection Committee has recommended the award to three (3) vendors, PACE Center for Girls Miami, Richmond-Perrine Optimist Club, Inc., of Miami, Florida and AMIKids Miami Dade, Inc. Fund Source General Page 1 of 2 E-143
10 The contracted amounts to be awarded will be based on the revenue, per FTE allocation. These figures are subject to change if state revenues are prorated. Contracts will be adjusted accordingly, if necessary. The District funds the contracts at 95% of the basic FTE, based on actual student attendance. RECOMMENDED: That The School Board of Miami-Dade County, Florida: 1. AWARD Request for Proposals No. RFP YWP, OUTSIDE AGENCIES QUALIFIED TO OPERATE ALTERNATIVE EDUCATION PROGRAMS FOR AT-RISK STUDENTS, to provide educational and wrap-around services which address critical areas for the education of at-risk and/or adjudicated school-age youth, in grades 6-12 within the Miami- Dade County, Florida, effective August 10, 2016, through August 9, 2019, and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidders, be extended for two (2) additional one (1) year extension periods thereto, as follows: a. PACE CENTER FOR GIRLS 1400 NW 36 th STREET, SUITE 200 MIAMI, FLORIDA OWNER: SHERRY THOMPSON GIORDANO, EXECUTIVE DIRECTOR (MIAMI) b. AMIKIDS MIAMI DADE, INC ARTHUR LAMB JR. ROAD MIAMI, FLORIDA OWNER: TERRANCE LEVELL, EXECUTIVE DIRECTOR c. RICHMOND-PERRINE OPTIMISTIC CLUB, INC. OF MIAMI, FLORIDA HOMESTEAD AVENUE MIAMI, FLORIDA OWNER: DENNIS C. MOSS EXECUTIVE DIRECTOR JMM/ywp 2. AUTHORIZE Procurement Management Services to purchase up to the total estimated amount of $4,648,594 for the initial contract term, and not to exceed $1,549,531 for each subsequent one (1) year p eriod. Board approval of this recommendation does not mean the amount shown will be expended. Page 2 of 2
11 Office of Superintendent of Schools July 27, 2016 Board Meeting of August 10, 2016 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: AWARD INVITATION TO BID NO. ITB MT STUDENT AND CLASS PICTURES FISCAL ACCOUNTABILITY LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services, at the request of the Office of School Operations, released the above-referenced solicitation. The purpose of this Invitation To Bid is to establish a list of preapproved vendors to provide student and class picture services, for Miami-Dade County Public Schools. The picture services will be offered at all school sites. Awarded bidders may receive a Request for Quotes from school sites and/or District locations for projects throughout the contract period. This Invitation To Bid was advertised on the Miami-Dade County Public Schools Procurement Management Services website, the Demandstar website, Bid Net, Florida Bid, The Miami Times and the Diario Las Americas newspapers, as well as ed to 10 potential bidders. The initial term of the bid shall be for a three (3) year period, commencing August 10, 2016 through August 9, 2019, and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidders, be extended for two (2) additional one (1) year periods. Strategies were employed to increase SBE/MBE participation; however, during the Goal Setting Committee meeting, the recommendation for this solicitation was to be open, not sheltered, as a large number of SBE/MBE vendors were not identified within the commodity code(s). Eight (8) vendors responded to this advertised bid. Based on the criteria listed in the solicitation, the contract shall be awarded to six (6) vendors. Page 1 of 2 E-144
12 RECOMMENDED: That The School Board of Miami-Dade County, Florida: 1. AWARD Invitation To Bid No. ITB MT, STUDENT AND CLASS PICTURES to establish a list of preapproved vendors to provide student and class picture services, for The School of Miami-Dade County, Florida, with an effective date of August 10, 2016 through August 9, 2019, as follows: a. FOX-MAR PHOTOGRAPHY, INC SW 109 TH COURT MIAMI, FL OWNER/OFFICER: IRA A. FOX, PRESIDENT b. GRADUATE SERVICES MIAMI, INC. DBA HJ MIAMI PHOTO 7640 NW 25 TH STREET, SUITE 107 MIAMI, FL OWNER/OFFICER: MAXIM NIETO, OWNER c. ICONIC GROUP (FLORIDA), INC. DBA GRADIMAGES 3490 MARTIN HURST ROAD TALLAHASSEE, FL OWNER/OFFICER: CAROLINA SUMMERS, CONTRACT AND BID MANAGER d. LIFETOUCH NATIONAL SCHOOL STUDIOS, INC VIKING DRIVE EDEN PRAIRIE, MN OWNER/OFFICER: JOHN ANTOLINI, AREA SALES MANAGER e. STRAWBRIDGE STUDIOS, INC HILLSBOROUGH ROAD DURHAM, NC OWNER/OFFICER: KENNETH S. STRAWBRIDGE, PRESIDENT f. TWOMATOS, INC SW 81 ST STREET MIAMI, FL OWNER/OFFICER: ARMANDO MATO, DIRECTOR 2. AUTHORIZE Procurement Management Services to obtain Request for Quotes from the awarded preapproved vendors for the initial term of three (3) years, which may be extended for an additional two (2) one year periods. JMM/mt Page 2 of 2
13 Office of Superintendent of Schools July 27, 2016 Board Meeting of August 10, 2016 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: AWARD REQUEST FOR PROPOSALS NO. RFP YWP - COMPREHENSIVE ON-SITE HEALTH CARE SERVICES FOR STUDENTS ATTENDING DOROTHY M. WALLACE CONTINUING OPPORTUNITIES FOR A PURPOSEFUL EDUCATION (C.O.P.E) CENTER SOUTH COMMITTEE: FISCAL ACCOUNTABILITY LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services, at the request of the Office of School Operations, released the above-referenced solicitation. The purpose of this Request For Proposals is to provide on-site comprehensive health services to approximately 112 teen parents and their infants/toddlers at the Dorothy M. Wallace Continuing Opportunities for a Purposeful Education (C.O.P.E.) Center South. This program will serve teen parents in grades This RFP was advertised on the Miami-Dade County Public Schools Procurement Management Services website, the Demandstar website, The Miami Times, and the Diario Las Americas newspapers, BidNet and Florida Bid, as well as ed to 49 potential bidders. The initial term of the RFP shall be for two (2) years, commencing August 10, 2016 through August 9, 2018, and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidder(s), be extended for three (3) additional one (1) year periods, beyond the expiration date of the initial contract period. Strategies were employed to increase SBE/MBE participation; however, the Goal Setting Committee the recommended that this solicitation be open, not sheltered, as a large number of SBE/MBE vendors were not identified within the commodity code(s). The Selection Committee reviewed the following two proposals: Community Health of South Florida, Inc. and First Care Home Services, Inc. After considerable discussion, request and submission of the best and final offer, and based on scoring criteria; the Selection Committee has recommended the award to one (1) vendor, Community Health of South Florida, Inc. Fund Source General E-145 Page 1 of 2
14 RECOMMENDED: That The School Board of Miami-Dade County, Florida: JMM/ywp 1. AWARD Request For Proposals No. RFP YWP, COMPREHENSIVE ON-SITE HEALTH CARE SERVICES FOR STUDENTS ATTENDING DOROTHY M. WALLACE CONTINUING EDUCATION OPPORTUNITIES FOR A PURPOSEFUL EDUCATION AT (C.O.P.E.) CENTER SOUTH, to provide on-site comprehensive healthcare services to approximately 112 teen parents and their infants/toddlers at COPE Center South, effective August 10, 2016, through August 9, 2018, and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidder, be extended for three (3) additional one (1) year extension periods thereto, as follows: COMMUNITY HEALTH OF SOUTH FLORIDA, INC S.W. 216 STREET MIAMI, FLORIDA OWNER: BRODES H. HARTLEY, JR., PRESIDENT/CEO Monthly rate for medical on-site services at COPE Center $13, AUTHORIZE Procurement Management Services to purchase up to the total estimated amount of $324,000 f or t h e initial contract term, and not to exceed $162,000 for each subsequent one (1) year period. Board approval of this recommendation does not mean the amount shown will be expended. Page 2 of 2
15 Office of Superintendent of Schools July 27, 2016 Board Meeting of August 10, 2016 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: LINK TO STRATEGIC BLUEPRINT: AWARD ITB NO. ITB YWP SCHOOL BUS ROUTES FOR PRIVATE SCHOOL BUS COMPANIES FISCAL ACCOUNTABILITY EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services, at the request of the Department of Transportation, released the above-referenced solicitation. The purpose of this Invitation To Bid is to purchase at firm unit price school bus routes, for Miami-Dade County Public Schools. This Bid provides for an estimated 180 school days for regular routes. This is a term bid which states that the Board may purchase quantities, as may be required, at the unit price bid, but is not obligated to purchase any guaranteed amount. This Invitation To Bid was advertised on the Miami-Dade County Public Schools Procurement Management Services website, the DemandStar website, BidNet, Florida Bid, The Miami Times, and the Diario Las Americas newspaper, and ed to149 potential bidders. The initial term of the bid shall be for a three (3) year period, commencing August 10, 2016, through August 9, 2019, and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidder, be extended for two (2) additional one (1) year periods. Strategies were employed to increase SBE/MBE participation; however, the Goal Setting Committee recommended that this solicitation be open, not sheltered, as a large number of SBE/MBE vendors were not identified, within the commodities code(s). Ten (10) vendors responded to this advertised bid. For the firm unit prices, nine (9) vendors are recommended for award. The contract will commence upon awardees satisfying all pre-conditions of the bid, including without limitation, obtaining any and all necessary licenses, permits, insurance, inspections or other approvals by M-DCPS. In the event the awardee(s) default the bid requirements, Procurement Management Services has the discretion to assign the routes to an alternate awardee(s). E-146 Page 1 of 5
16 RECOMMENDED: That The School Board of Miami-Dade County, Florida: 1. AWARD ITB No. ITB YWP SCHOOL ROUTES FOR PRIVATE SCHOOL BUS COMPANIES, is to purchase, at firm unit prices, quantities, as may be required, for school-bus routes, for the Department of Transportation, effective August 10, 2016 through August 09, 2019, and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidder(s) be extended for two (2) additional one (1) year extension periods thereto as follows: a. M & M MARROQUIN SCHOOL BUS SERVICE, INC. 2930S.W. 17 STREET MIAMI, FL OWNER: MARLENE MARROQUIN, PRESIDENT Unit Price: Items 5, 6, 7, 8, 9, 10, 11, 12, 18 and 19 Item 5 Route $197 per bus per day Item 6 Route $197 per bus per day Item 7 Route $197 per bus per day Item 8 Route $196 per bus per day Item 9 Route $196 per bus per day Item 10 Route $196 per bus per day Item 11 Route $197 per bus per day Item 12 Route $197 per bus per day Item 18 Route $197 per bus per day Item 19 Route $198 per bus per day b. MANOLIN & PILAR MARTINEZ, INC. MWBE 2830 S.W. 79 COURT MIAMI, FL OWNER: PILAR MARTINEZ, PRESIDENT HISPANIC AMERICAN Unit Price: Items 27, 28, 29 and 30 Item 27 Route $220 per bus per day Item 28 Route $220 per bus per day Item 29 Route $220 per bus per day Item 30 Route $220 per bus per day Page 2 of 5
17 c. A. OLIVEROS INC WEST 69 PLACE HIALEAH, FL OWNER: VANESSA OLIVEROS, PRESIDENT Unit Price: Items 24, 31, 32, 37, 38, 481, 42, 43, 45 and 51 Item 24 Route $ per bus per day Item 31 Route $ per bus per day Item 32 Route $210 per bus per day Item 37 Route $ per bus per day Item 38 Route $ per bus per day Item 41 Route $ per bus per day Item 42 Route $ per bus per day Item 43 Route $ per bus per day Item 45 Route $ per bus per day Item 51 Route $ per bus per day d. AIR B SCHOOL BUS TRANSPORTATION, INC. SBE TIER1 6241S.W.16 TERRACE MIAMI, FL OWNER: SAHILY BUSTAMANTE, PRESIDENT HISPANIC AMERICAN Unit Price: Items 1, 13, 17, 22, 25,26,53,56,57,58,59 and 60 Item 1 Route $270 per bus per day Item 13 Route $340 per bus per day Item 17 Route $305 per bus per day Item 22 Route $215 per bus per day Item 25 Route $215 per bus per day Item 36 Route $225 per bus per day Item 53 Route $235 per bus per day Item 56 Route $205 per bus per day Item 57 Route $ 205 per bus per day Item 58 Route $ 205 per bus per day Item 59 Route $325 per bus per day Item 60 Route $295 per bus per day e. FRANMAR CORPORATION P. O. BOX MIAMI, FL OWNER: FRAN MARTINELLI, CEO Unit Price: Items 3, 4, 14, 15, 16, 20, 21, 23 and 49 Page 3 of 5
18 Item 3 Route $295 per bus per day Item 4 Route $295 per bus per day Item 14 Route $355 per bus per day Item 15 Route $355 per bus per day Item 16 Route $355 per bus per day Item 20 Route $375 per bus per day Item 21 Route $355 per bus per day Item 23 Route $300 per bus per day Item 49 Route $370 per bus per day f. MARIA GAMBOA BUS SERVICE, INC. P. O. BOX HIALEAH, FL OWNER: MARIA GAMBOA, PRESIDENT Unit Price: Items 26, 33, 34, 39, 40 and 52 Item 26 Route $214 per bus per day Item 33 Route $222 per bus per day Item 34 Route $233 per bus per day Item 39 Route $223 per bus per day Item 40 Route $220 per bus per day Item 52 Route $219 per bus per day g. MARANATA SCHOOL BUS SERVICE MWBE/SBE Tier 1 CORPORATION 7161S.W. 7 STREET MIAMI, FL OWNER: ULISES ARIAS, PRESIDENT HISPANIC AMERICAN Unit Price: Items 35, 44, 54 and 55 Item 35 Route $224 per bus per day Item 44 Route $259 per bus per day Item 54 Route $292 per bus per day Item 55 Route $290 per bus per day h. A PLUS BUS USA CORP. D.B.A. A PLUS SCHOOL BUS 8010 N.W. 56 STREET DORAL, FL OWNER: MIGUEL IZQUIERDO, PRESIDENT Unit Price: Items 2, 46, 47 and 48 Item 2 Route $239 per bus per day Item 46 Route $370 per bus per day Page 4 of 5
19 Item 47 Route $370 per bus per day Item 48 Route $370 per bus per day i. MUNOZ SCHOOL BUS SERVICE INC. MWBE 2838 VILLAGE GREEN DR MIAMI, FL OWNER: RADAMES MUNOZ, PRESIDENT HISPANIC AMERICAN Low Unit Price: Item 50 Item 50 Route $335 per bus per day 2. AUTHORIZE Procurement Management Services to purchase up to the total estimated amount of $8,283,551, for the initial contract term, and an amount not to exceed $2,761,184, for each subsequent one (1) year extension period(s). Board authorization of this recommendation does not mean the amount shown will be expended. JMM/ywp Page 5 of 5
20 Office of Superintendent of Schools July 27, 2016 Board Meeting of August 10, 2016 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: COMMITTEE: AWARD INVITATION TO BID NO. ITB AC - KITCHEN EQUIPMENT REPAIRS AND/OR INSTALL FACILITIES AND CONSTRUCTION LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES Procurement Management Services, at the request of the Office of School Facilities, released the above-referenced solicitation. The purpose of this Invitation To Bid is to establish a list of preapproved vendors with firm fixed labor costs for the initial term, to provide kitchen equipment maintenance, components, incidental materials and repairs, replace, retrofit, supplies and/or installation services, for the maintenance service centers servicing Miami-Dade County Public School District. This is a term bid which states that the Board may purchase services, as may be needed, but is not obligated to purchase any guaranteed amount. This ITB was advertised on the Procurement Management Services website, the Demandstar website, BidNet, Florida Bid, The Miami Times and the Diario Las Americas newspapers as well as ed to 50 potential bidders. The initial term of the bid shall be for two (2) year period, commencing August 10, 2016 through August 9, 2018, and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidders, be extended for three (3) additional two (1) year periods. Strategies were employed to increase SBE/MBE participation; however, the Goal Setting Committee recommended that this solicitation be open with a 5% aspirational SBE/MBE participation goal because a large number of SBE/MBE vendors were not identified within the commodity code(s). Three (3) vendors responded to this advertised bid. Based on the criteria listed in the solicitation, the contract shall be awarded to 2 vendors, one primary vendor with one alternate. Fund Source General F-60 Page 1 of 2
21 RECOMMENDED: That The School Board of Miami-Dade County, Florida: JMM/ac 1. AWARD Invitation To Bid No. ITB AC KITCHEN EQUIPMENT REPAIRS AND/OR INSTALL, to establish a list of preapproved vendors to provide kitchen equipment maintenance, components, incidental materials and repairs, replace, retrofit, supplies and/or installation services, for the Miami-Dade County Public School District, during the term of the bid, with an effective date of August 10, 2016 through August 9, 2018, and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidder, be extended for three (3) additional one (1) year extension periods thereto, as follows: PRIMARY a. TWC SERVICES, INC NW 82 AVE MIAMI LAKES, FLORIDA OWNER/OFFICER: JORGE FERNANDEZ, OPERATIONS MANAGER Base cost per service call (including 1 hour labor) $79.00 ALTERNATE b. ADVANCE CASE PARTS, INC NW 44 STREET CORAL SPRINGS, FLORIDA OWNER/OFFICER: GEORGE E. HUDE JR., VICE PRESIDENT Base cost per service call (including 1 hour labor) $ AUTHORIZE Procurement Management Services to purchase, at quantities, as may be required of kitchen equipment maintenance, components, incidental materials and repairs, replace, retrofit, supplies and/or installation services, for up to the total estimated amount of $1,500,000, for the initial contract term, and an amount not to exceed $750,000, for each subsequent one (1) year extension period(s). Board authorization of this recommendation does not mean the amount shown will be expended. Page 2 of 2
SUBJECT: PARTIAL AWARD INVITATION TO BID NO
Office of Superintendent of Schools July 27, 2016 Board Meeting of August 10, 2016 Financial Services Mrs. Judith M. Marte, Chief Financial Officer SUBJECT: PARTIAL AWARD INVITATION TO BID NO. ITB-15-023-MM
More informationOffice of Superintendent of Schools July 23, 2008 Board Meeting of August 4, 2008 BALANCE AWARD BID NO. 016-GG03 CAFETERIA- STORAGE EQUIPMENT
Office of Superintendent of Schools July 23, 2008 Board Meeting of August 4, 2008 Business Operations Ofelia San Pedro, Deputy Superintendent SUBJECT: COMMITTEE: BALANCE AWARD BID NO. 016-GG03 CAFETERIA-
More informationOffice of Superintendent of Schools September 30, 2009 Board Meeting of October 14, 2009
Office of Superintendent of Schools September 30, 2009 Board Meeting of October 14, 2009 Financial Services Richard H. Hinds, Chief Financial Officer SUBJECT: AWARD BID NO. 108-JJ07 ORIGINAL EQUIPMENT
More informationSAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY
THIS PRINT COVERS CALENDAR ITEM NO. : 10.5 DIVISION: Transit Services BRIEF DESCRIPTION: SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY Requesting authorization for the SFMTA, through the Director of Transportation,
More information35 One Gateway Plaza Los Angeles, CA
35 One Gateway Plaza Los Angeles, CA 90012-2952 2 13-9 2 2.2000 Tel metro. net SYSTEM SAFETY AND OPERATIONS COMMITTEE FEBRUARY 21, 2013 SUBJECT: ACTION: TURBOCHARGERS APPROVE CONTRACT AWARDS RECOMMENDATION
More informationQUEENS LIBRARY BUILDINGS AND GROUNDS COMMITTEE THURSDAY, DECEMBER 21, Central Library Merrick Blvd., Jamaica, NY AGENDA
QUEENS LIBRARY BUILDINGS AND GROUNDS COMMITTEE THURSDAY, DECEMBER 21, 2017 Central Library 89-11 Merrick Blvd., Jamaica, NY 11432 AGENDA 6:00 PM BUILDINGS AND GROUNDS COMMITTEE REGULAR MEETING I. Call
More informationMetro OPERATIONS COMMITTEE JANUARY 20,201 1 SUBJECT: CNG ENGINE OIL AWARD CONTRACT FOR CNG ENGINE OIL RECOMMENDATION
Metro Los Angeles County Metropolitan Transportation Authority One Gateway Plaza Los Angeles, CA 90012-2952 OPERATIONS COMMITTEE JANUARY 20,201 1 SUBJECT: CNG ENGINE OIL ACTION: AWARD CONTRACT FOR CNG
More informationTel metro. net
One Gateway Plaza Los Angeles, CA 90012-2952 34 213.922.2000 Tel metro. net SYSTEM SAFETY AND OPERATIONS COMMITTEE FEBRUARY 21, 2013 SUBJECT: ACTION: ELECTRIC FAN SYSTEM APPROVE CONTRACT AWARD RECOMMENDATION
More informationHancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270)
Superintendent KYLE ESTES Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY 42348 PHONE (270) 927-6914 FAX (270) 927-6916 INVITATION TO BID GASOLINE / DIESEL FUEL 2016-2017 Board of
More informationGreater Cleveland Regional Transit Authority
Greater Cleveland Regional Transit Authority Summary of Proposed Award Vanpool Program Presented to: Operations Committee August 2, 2016 What is a Vanpool? A vanpool is a group of people (larger than 5)
More informationSYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD ACTION: RECOMMENDATION
One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro. net SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 SUBJECT: ACTION: PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD
More informationAPPROVE VANPOOL VEHICLE SUPPLIER BENCH CONTRACTS
One Gateway Plaza Lo s Angeles, CA 90012-2952 2 13.9 2 2.200 0 Tel metro. net 55 REGULAR BOARD MEETING May 23,2013 SUBJECT: ACTION: METRO VANPOOL PROGRAM APPROVE VANPOOL VEHICLE SUPPLIER BENCH CONTRACTS
More informationP2000 RAIL CAR AUXILIARY INVERTERS
031160722012000 REGULAR BOARD MEETING DECEMBER 4, 2003 Metropolitan Transportation Authority SUBJECT: ACTION: P2000 RAIL CAR AUXILIARY INVERTERS AWARD CONTRACT FOR AUXlLARY INVERTERS One Gateway Plaza
More informationCITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTION 1 GENERAL EQUIPMENT SPECIFICATIONS: SPECIFICATION OUTLINE: SFMTA is
More informationCreative Bus Dba Getaway Bus REPRESENTING New England Wheels
Creative Bus Dba Getaway Bus REPRESENTING New England Wheels ORDER PACKET Contract #TRIPS-15-MB-GB MiniBus with ADA Option CONTRACT # TRIPS-15-MB-GB ORDER PACKET FOR MiniBus with ADA Option Creative Bus
More informationCOUNTY OF ROCKLAND Department of General Services Purchasing Division
COUNTY OF ROCKLAND Department of General Services Purchasing Division Title: Contract Period: Sludge Hauling and Disposal November 8, 2016 through November 7, 2017 with 2 one-year options, Extended through
More informationFebruary 21, 2017 Item No. 7 RECOMMENDATION TO AWARD CONTRACTS FOR THE AUTHORITY-WIDE ARCHITECTURAL AND ENGINEERING PROGRAM
February 21, 2017 Item No. 7 RECOMMENDATION TO AWARD CONTRACTS FOR THE AUTHORITY-WIDE ARCHITECTURAL AND ENGINEERING PROGRAM Address: Various; Authority-Wide Services Alderman: Various Ward: Various Presenter:
More informationTOTAL PROPOSED CONTRACT PRICE Ring Power Corporation $4,875,951
TAMPA WATER Supplying Water To The Region DATE: December 4, 2007 TO: FROM: SUBJECT: J err y L. Maxwell, General Manager AGENDA ITEM l-2b Donald J. Polmann, Director of Science and Engineering System Configuration
More informationOne Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA EXECUTE CONTRACT MODIFICATIONS FOR BUS INSPECTION SERVICES
@ Metro Los Angeles County One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA 90012-2952 I I I REGULAR BOARD MEETING JUNE 28,2012 SUBJECT: BUS INSPECTION SERVICES ACTION: EXECUTE CONTRACT
More informationPresentation to the Committee on Transportation and Infrastructure. Infrastructure Investment: Ensuring an Effective Economic Recovery Program
Presentation to the Committee on Transportation and Infrastructure Infrastructure Investment: Ensuring an Effective Economic Recovery Program New Flyer of America 711 Kernaghan Avenue Winnipeg, Manitoba
More informationCity of Dallas. Agenda Information Sheet. File #: Item #: 26.
City of Dallas 1500 Marilla Street Dallas, Texas 75201 Agenda Information Sheet File #: 19-237 Item #: 26. STRATEGIC PRIORITY: Public Safety AGENDA DATE: February 27, 2019 COUNCIL DISTRICT(S): DEPARTMENT:
More informationSolar-Wind Specific Request for Proposals
Program Description Solar-Wind Specific Request for Proposals Power Production from Green Resources in North Carolina 04/19/2006 NC GreenPower (NCGP) is a statewide program designed to improve the quality
More informationRequest for Proposal for Trolley Security Services
Request for Proposal for Trolley Security Services April 6, 2018 Trolley Security Support Services The Loop Trolley Company The Loop Trolley Company (LTC) is requesting proposals for armed on-board security
More informationORANGE COUNTY TRANSPORTATION AUTHORITY. Agreement to Purchase Compressed Natural Gas Articulated Buses. Staff Report
ORANGE COUNTY TRANSPORTATION AUTHORITY Agreement to Purchase Compressed Natural Gas Articulated Staff Report November 8, 2012 To: From: Subject: Transit Committee Will Kempton, Chief Executive Officer
More informationACTION: ESTABLISH LIFE-OF-PROJECT BUDGET FOR UP TO 100 NEW COMPO BUSES
QD Metro Los Angeles County Metropolitan Transportation Authority One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro.net oplo OPERATIONS COMMITTEE June 16, 2011 SUBJECT: PURCHASE REPLACEMENT
More informationDate: November 13, Board of Directors. Neil McFarlane
Date: November 13, 2013 To: From: Board of Directors Neil McFarlane Subject: RESOLUTION 13-11-69 OF THE TRI-COUNTY METROPOLITAN TRANSPORTATION DISTRICT OF OREGON (TRIMET) AUTHORIZING A CONTRACT WITH MANSFIELD
More informationAWARD CONTRACT FOR LINE BREAKERS
@ Metro Metropolitan Transportation Authority 45 One Gateway Plaza 213.922.2000 Los Angeles, CA 90012-2952 metro.net OPERATIONS COMMITTEE JULY 16,2009 SUBJECT: LINE BREAKERS ACTION: AWARD CONTRACT FOR
More informationRequest for Assistance (RFA)
Request for Assistance (RFA) RFA #: FY15-Consultant Canvas Development - 2 Issued on: July 13, 2017 For: Development services to support the implementation of an open-source instance of the Canvas LMS
More informationWorcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet
Worcester Public Schools 2020-2022 Student Transportation Contract Proposed Bid Specification Change Summary Sheet 1 for a five-year period beginning the First Day of Summer School 2015 and ending on the
More informationINVITATION TO BID FUEL PRODUCTS
INVITATION TO BID FUEL PRODUCTS Notice is hereby given that the Aberdeen School District is accepting fuel bids and propane bids for the following: 1. Regular, unleaded and diesel fuels for district buses
More informationRequest for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4
Request for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4 Greenville-Spartanburg Airport District Proposals Due: Friday July 20,
More informationTORONTO TRANSIT COMMISSION REPORT NO.
Form Revised: February 2005 TORONTO TRANSIT COMMISSION REPORT NO. MEETING DATE: September 27, 2012 SUBJECT: NOTICE OF AWARD PROCUREMENT AUTHORIZATION - ARTICULATED BUSES INFORMATION ITEM RECOMMENDATION
More informationSUBJECT: CONTRACT C080S, HOIST REPLACEMENT AT BUS MAINTENANCE DIVISIONS 3, 5, 9, 10, AND 18, PETERSON HYDRAULICS AND ROTARY LIFT, A JOINT VENTURE
æ Metro Metropolitan Transportation Authority One Gateway Plaza Los Angeles, CA 9 012-2952 3~ 213-922.2000 Tel metro. net OPERATIONS COMMITTEE NOVEMBER 15, 2007 SUBJECT: CONTRACT C080S, HOIST REPLACEMENT
More informationCOMPRESSED NATURAL GAS (CNG) BUS ENGINES
Metro Los Angeles County Metropolitan Transportation Authority One Gateway Plaza Los Angeles, CA gooi2-zg5z 213.g22.2000 Tel OPERATIONS COMMITTEE JULY 15,2010 SUBJECT: ACTION: COMPRESSED NATURAL GAS (CNG)
More informationft.l'ffu;des"-castr'6 Ram irez
SAN ANTONIO HOUSING AUTHORITY December 6,2012 BOARD OF COMMISSIONERS RESOLUTION 5301, AUTHORIZING AN AWARD OF A CONTRACT FOR MOVING AND STORAGE SERVICES TO ARROW MOVING & STORAGE CO., INC. (SBE, SECTION
More informationAPPROVE CONTRACT MODIFICATION AWARD
5 One Gateway Plaza Los Angeles, CA 9 012.2952 213.922.2000 Tel metro. net SYSTEM SAFETY AND OPERATIONS COMMITTEE SEPTEMBER 20, 2012 SUBJECT: ACTION: ENGINE REBUILD KITS APPROVE CONTRACT MODIFICATION AWARD
More informationRussell Thompson, Public Works Director Michael Hanlon, Principal Engineering Technician
STAFF REPORT MEETING DATE: November 18, 2014 TO: FROM: City Council Russell Thompson, Public Works Director Michael Hanlon, Principal Engineering Technician 922 Machin Avenue Novato, CA 94945 (415) 899-8900
More informationMEETING: DATE: TYPE OF ACTION: STAFF CONTACT: Recommend to Board. Final Action
MOTION NO. M2018-160 Purchase of Thirteen 42-foot Double Deck Expansion Buses MEETING: DATE: TYPE OF ACTION: STAFF CONTACT: Operations Committee PROPOSED ACTION 12/06/2018 12/20/2018 Recommend to Final
More informationWhich fuels do you use? 96% 34% 8% 5% 5% 1% 0.5% 2014 EQUIPMENT SURVEY
2014 EQUIPMENT SURVEY Diesel Still Dominates SBF s Equipment Survey finds that 96% of operations run some or all of their buses on diesel, while propane is the mostly widely used alternative fuel. Our
More informationMetro. Board Report. SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE MAY 21, 2015 SUBJECT: PURCHASE OF MID-SIZE SUVs
34 Metro Board Report Los Angeles County Metropolitan Transportation Authority One Gateway Plaza 3rd Floor Board Room Los Angeles, CA File #: 2015-0290, SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE
More informationv Deborah Flint - Chief ecutive e, ficer
Date 6/30/2017 6/30/2017: 6/26/2017: Approval EY MY By RW AE MT BY...jil 0.'1 1 Los Angeles World Airports REPORT TO THE B A - e OF AIRPORT COMMISSIONERS Meeting Date:, A irdro, /. Approved : aiph -,...
More informationMSRC CLEAN TRANSPORTATION FUNDING LOCAL GOVERNMENT PARTNERSHIP
MSRC CLEAN TRANSPORTATION FUNDING LOCAL GOVERNMENT PARTNERSHIP PROGRAM DUE: AUGUST 2, 2018 CITY OF "Agency Name" LOCAL GOVERNMENT PARTNERSHIP PROGRAM PROPOSAL SUBMITTED: "Month XX, 2018" TABLE OF CONTENTS
More informationMOTION NO. M Purchase of Thirty-two Double Deck Buses for Increased Passenger Capacity, Bus Replacement and Service Expansion
MOTION NO. M2016-66 Purchase of Thirty-two Double Deck Buses for Increased Passenger Capacity, Bus Replacement and Service Expansion MEETING: DATE: TYPE OF ACTION: STAFF CONTACT: Operations Committee 07/07/16
More informationSTATE OF NEW HAMPSHIRE PUBLIC UTILITIES COMMISSION DE LIBERTY UTILITIES (GRANITE STATE ELECTRIC) CORP. d/b/a LIBERTY UTILITIES
STATE OF NEW HAMPSHIRE PUBLIC UTILITIES COMMISSION DE 17-058 LIBERTY UTILITIES (GRANITE STATE ELECTRIC) CORP. d/b/a LIBERTY UTILITIES Request for Approval of Energy Supply Solicitation and Resulting Rates
More informationMay 11, 2018 On or before 2:00pm
REQUEST FOR PROPOSAL No. 18-0004 DIGITAL NETWORKED COPIER LEASE April 17, 2018 PROPOSALS DUE: May 11, 2018 On or before 2:00pm SUBMIT PROPOSAL TO: County of Imperial Purchasing Department 1125 Main Street
More informationOFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax:
OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN 47303 Phone: 765-284-5074 Fax: 765-284-5259 Board of Education Trent Fox, President John Adams, Vice-President
More informationMULTI-TIER SCHEDULING SCHOOL TRANSPORTATION FOR. Guilford County Schools Transportation Department January 2011
MULTI-TIER SCHEDULING FOR SCHOOL TRANSPORTATION Guilford County Schools Transportation Department January 2011 jh CURRENT STATUS Transportation Resources are Strained Results of remedial efforts to date:
More informationCommittee Report. Transportation Committee For the Metropolitan Council meeting of November 29, Business Item No
Committee Report Business Item No. 2017-250 Transportation Committee For the Metropolitan Council meeting of November 29, 2017 Subject: Contract for Fuel Supply for the NorthStar Commuter Rail Service.
More informationCITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID
CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE Annual Fuel Bid - #01-18 INVITATION TO BID The City of Portsmouth is soliciting bids for our primary supply and emergency supply of fuel.
More information4 FEET HIGH CHAIN LINK FENCE AND GATE. TO INCLUDE TOP RAIL AND ALL OTHER HARDWARE, POSTS, ETC. NOT INCLUDED BELOW.
4 FEET HIGH CHAIN LINK FENCE AND GATE. TO INCLUDE TOP RAIL AND ALL OTHER HARDWARE, POSTS, ETC. NOT INCLUDED SIGNED BID / SIGNED ADDENDUM Yes / Yes Yes / Yes Yes / Yes YEARS EXPERIENCE 25 Years 24 Years,
More informationThe LREC/ZREC PROGRAM. An Opportunity to Develop Behind The Meter Renewable Generation in Connecticut
The LREC/ZREC PROGRAM An Opportunity to Develop Behind The Meter Renewable Generation in Connecticut Program Overview Christie Bradway, CL&P & Gary Zielanski, UI Customers are Interested in Renewable Generation
More informationNOTICE OF REGULARLY SCHEDULED BOARD MEETINGS
NOTICE OF REGULARLY SCHEDULED BOARD MEETINGS NEW JERSEY TRANSIT CORPORATION NJ TRANSIT RAIL OPERATIONS, INC. NJ TRANSIT BUS OPERATIONS, INC. NJ TRANSIT MERCER, INC. NJ TRANSIT MORRIS, INC. TO WHOM IT MAY
More informationInvitation for Bid Y PD
SWANA Residential Procurement Process Invitation for Bid Y15-144-PD Residential Solid Waste and Recycling Collections Services Term Contract Presentation Overview Background Invitation for Bid Bid Options
More informationOFFICE OF FLEET MANAGEMENT FISCAL YEAR 2015 BUDGET TESTIMONY APRIL 7, 2014 EXECUTIVE SUMMARY
OFFICE OF FLEET MANAGEMENT FISCAL YEAR 2015 BUDGET TESTIMONY APRIL 7, 2014 EXECUTIVE SUMMARY DEPARTMENT MISSION AND FUNCTION The mission of Office of Fleet Management (OFM) is to support City departments
More informationSAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: July 29, 2014 BID NO.: 14-5053 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR PUMP REPAIRS SUBMERSIBLE TRAINS AND CENTRIFUGAL
More informationREQUEST FOR QUOTES Invitation to Bid
REQUEST FOR QUOTES Invitation to Bid Purchase of Three (3) Class 8A Tandem Axle Day Cab Tractors ISSUED: May 10, 2018 BIDS DUE: May 17, 2018 5PM EST PROPOSALS MAY BE SUBMITTED BY Mail or Email Mail to:
More informationBOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY. Consent Workshop [ ]
- _j POSTPONED FROM THE JANUARY 14 BCC MEETING Agenda Item #5,::.. I BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: February 4, 2014 [ ] [ ] Department: Submitted By: Engineering & Public
More informationThe Director, Purchasing and Materials Management recommends that:
STAFF REPORT ACTION REQUIRED Request for Quotation 6902-07-3168 For the supply, delivery and off-loading of Pre-blended Ethanol Unleaded Gasoline, and Pre-blended Bio-diesel and Low Sulphur Diesel Fuels
More informationKendall Drive Premium Transit PD&E Study Project Kick-Off Meeting SR 94/Kendall Drive/SW 88 Street Project Development and Environment (PD&E) Study
Florida Department of Transportation District Six Kendall Drive Premium Transit PD&E Study Project Kick-Off Meeting SR 94/Kendall Drive/SW 88 Street Project Development and Environment (PD&E) Study What
More informationMOTION NO. M Preferred Alternative for the Puyallup Station Access Improvement Project
MOTION NO. M2014 64 Preferred Alternative for the Puyallup Station Access Improvement Project MEETING: DATE: TYPE OF ACTION: STAFF CONTACT: Capital Committee Board PROPOSED ACTION 8/14/14 8/28/14 Recommendation
More informationMOTION NO. M Purchase of Thirty-one Articulated Hybrid Diesel Expansion and Replacement Buses
MOTION NO. M2018-161 Purchase of Thirty-one Articulated Hybrid Diesel Expansion and Replacement Buses MEETING: DATE: TYPE OF ACTION: STAFF CONTACT: Operations and Administration Committee PROPOSED ACTION
More informationRequest for Information (RFI) from Potential Bidders
Request for Information (RFI) from Potential Bidders To facilitate a robust competitive response to a planned regional cooperative procurement initiative, the Metropolitan Washington Council of Governments
More informationFinal Administrative Decision
Final Administrative Decision Date: August 30, 2018 By: David Martin, Director of Planning and Community Development Subject: Shared Mobility Device Pilot Program Operator Selection and Device Allocation
More informationBoard 8/24/2017 Final Action Bonnie Todd, Executive Director of Operations Martin Young, Commuter Rail Manager
MOTION NO. M2017-103 Sounder Heating, Ventilating and Air Conditioning Service Contract MEETING: DATE: TYPE OF ACTION: STAFF CONTACT: 8/24/2017 Final Action Bonnie Todd, Executive Director of Operations
More informationSection Sixteen. Transportation
Section Sixteen Transportation Section 16 TRANSPORTATION Lakehead District School Board Policies and Procedures Lakehead District School Board services a very large area. With the intent of providing this
More informationCREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC
CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC ORDER PACKET Contract #TRIPS-12-SNV-CBS Special Needs Type Vehicles TRIPS-12-SNV-CBS - 1 - October 2012 CONTRACT # TRIPS-12-SNV-CBS ORDER PACKET
More informationThe bid from Modern Chevrolet was the lowest responsive, responsible bidder with a bid of $37, Attachments: Proposal/bid tab sheet RFP
MEMORANDUM TO: FROM: SUBJECT: Board of County Commissioners Martha Lide, Interim County Manager Award of Cab and Chassis for Library Book Vehicle DATE: August 1, 2013 It is recommended that the Board award
More informationWebinar Etiquette. Safety Tip: July Personal Protective Equipment Job & Home. Participants will be muted during this webinar.
Webinar Etiquette Participants will be muted during this webinar. You may submit questions in writing by using the Q&A tool or using the raise hand tool. Both are visible on the webinar toolbar. Audio
More informationREQUEST FOR QUOTES Invitation to Bid. Purchase of Two (2) Class 8A Tandem Axle Tractors
REQUEST FOR QUOTES Invitation to Bid Purchase of Two (2) Class 8A Tandem Axle Tractors ISSUED: November 27, 2018 BIDS DUE: November 30, 2018 12:00 PM EDT NOTE: Bid requirement - ability to deliver trucks
More informationSAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY
THIS PRINT COVERS CALENDAR ITEM NO. : 10.3 DIVISION: Sustainable Streets BRIEF DESCRIPTION: SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY Authorizing the Department of Public Works (DPW) to award DPW Contract
More informationAll Electric Buses for Transit - Overview and Discussion
All Electric Buses for Transit - Overview and Discussion ** Sierra Club Niagara Group ** June 8, 2017 Judah Aber EB START Consulting Agenda Why Switch to Electric Buses? Market & Technology Overview Funding
More informationJiffy Lube Teen Driver Scholarship Application
Jiffy Lube Teen Driver Scholarship Application 2017-2018 New Mexico High School Students One Overall $5,000 Scholarship Award and Two $1500 Finalist Awards (Three scholarships in total from both categories
More informationSTAFF REPORT ACTION REQUIRED
STAFF REPORT ACTION REQUIRED Procurement Authorization Amendment Purchase of 18 Forty Foot Low Floor Clean Diesel City Buses Date: July 29, 215 To: From: TTC Board Chief Executive Officer Summary This
More informationL O S A N G E L E S U N I F I E D S C H O O L D I S T R I C T. Business Services Division Transportation Branch BUS REPLACEMENT PLAN
L O S A N G E L E S U N I F I E D S C H O O L D I S T R I C T Business Services Division Transportation Branch BUS REPLACEMENT PLAN Current Fleet By Organizational Group NUMBER OF VEHICLES (EXCLUDING SCHOOL
More information2/1/2018. February 1, Item #1 CITIZENS PARTICIPATION
February 1, 2018 Item #1 CITIZENS PARTICIPATION 1 Item #2 APPROVAL OF MINUTES Item #3 TRAC GOALS, FRAMEWORK & AGENDA REVIEW 2 COMMITTEE GOALS Learn about Southern Nevada s mobility challenges, new developments
More informationAGENDA ITEM 1 F Consent Item
AGENDA ITEM 1 F Consent Item MEMORANDUM DATE: November 2, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director City of Fairfield Joint Procurement Memorandum of
More informationBalancing the Transportation Needs of a Growing City
Balancing the Transportation Needs of a Growing City FY 2019 and FY 2020 Capital Budget SFMTA Board Meeting Ed Reiskin, Director of Transportation April 3, 2018 1 FY 2019-23 Capital Improvement Program
More informationAGENDA INTERCITY TRANSIT AUTHORITY WORK SESSION January 20, :30 P.M. 1) APPROVAL OF AGENDA 1 min.
AGENDA INTERCITY TRANSIT AUTHORITY WORK SESSION January 20, 2016 5:30 P.M. CALL TO ORDER 1) APPROVAL OF AGENDA 1 min. 2) INTRODUCTIONS 5 min. A. Welcome City of Yelm Councilmember Molly Carmody B. Welcome
More informationTHAT the Contracts for the purchase of vehicles BE AWARDED to the following dealerships:
TO: FROM: Chair and Members Corporate and Emergency Services Committee Nancy Cox-Godfrey Manager of Purchasing and Support Services DATE: March 19, 2014 SUBJECT: Fleet Tender Nos. 14-130080-01 to 14-130080-12
More informationCITY OF SIMI VALLEY MEMORANDUM
CITY OF SIMI VALLEY MEMORANDUM AGENDA ITEM NO. Consent (3) January 29, 2018 TO: FROM: City Council Police Department SUBJECT: AUTHORIZATION TO PURCHASE SIX FORD POLICE UTILITY INTERCEPTORS FROM FOLSOM
More informationGrant Funding for School Bus Replacements
Grant Funding for School Bus Replacements Webinar for Ohio School Boards Association June 6, 2018 Alan.Harness@epa.ohio.gov Carolyn.Watkins@epa.ohio.gov http://epa.ohio.gov/oee/ Today s Presentation New
More informationCity Council Report. Mayor and City Council
City Council Report To: From: Mayor and City Council City Council Meeting: February 23, 2016 Agenda Item: 3.J Edward King, Director, Big Blue Bus, Transit Services Department Subject: Custodial and Maintenance
More informationDepartment of Legislative Services Maryland General Assembly 2003 Session. FISCAL AND POLICY NOTE Revised
Department of Legislative Services Maryland General Assembly 2003 Session HB 848 House Bill 848 Environmental Matters FISCAL AND POLICY NOTE Revised (Delegate Mandel, et al.) Transportation - School Vehicles
More informationRequest for Qualifications. for
ST. VINCENT ELECTRICITY SERVICES LIMITED and THE ROCKY MOUNTAIN INSTITUTE CARBON WAR ROOM Request for Qualifications for Mayreau Microgrid Project Engineering, Procurement and Construction Contract for
More informationDATE: June 12,2007 CONSTRUCTION AND MAINTENANCE CONTRACTS AND PURCHASING
-- -.--- --, - -- -,-. Execibve D~rector's Report to the Board of Harbor Commissioners DATE: June 12, REYNOLDS BUICK/PONTIAC/GMC TRUCKS, INC. SUMMARY Award of contracts to Wondries Fleet Group for the
More informationINTERNET ACCESS GOALS AND PLANS
i. Which do you consider to be your primary college* 2-year college Other 4-year Valley West Total 484 518 122 154 169 94 398 415 405 31 118 2,908 16.6 17.8 4.2 5.3 5.8 3.2 13.7 14.3 13.9 1.1 4.1 100.0
More informationBoard of Directors authorization is required for all goods and services contracts obligating TriMet to pay in excess of $500,000.
Date: April 11, 2012 To: From: Board of Directors Neil McFarlane Subject: RESOLUTION 12-04-30 OF THE TRI-COUNTY METROPOLITAN TRANSPORTATION DISTRICT OF OREGON (TRIMET) AUTHORIZING A CONTRACT WITH SIEMENS
More informationName Address. City State Zip High School. Home Phone Cell Phone . Grade (check current year) Sophomore Junior Senior Date Application Submitted
Jiffy Lube Teen Driver Scholarship Application 2017-2018 Boise, Caldwell, Eagle, Fruitland, Nampa and Meridian High School Students One Overall $4,000 Scholarship Award and Two $1000 Finalist Awards (Three
More informationARLINGTON COUNTY, VIRGINIA. County Board Agenda Item Meeting of November 18, 2017
ARLINGTON COUNTY, VIRGINIA County Board Agenda Item Meeting of November 18, 2017 DATE: November 7, 2017 SUBJECT: Six-Month Extension of car2go Demonstration Study Agreement C. M. RECOMMENDATIONS: 1. Authorize
More informationAGENDA STAFF REPORT FISCAL YEAR FLEET REPLACEMENT
rfof( AGENDA STAFF REPORT e~ti E4 Ai Q DATE: February 27, 2017 TO: THRU: FROM: Honorable Mayor and City Council Jill R. Ingram, City Manager Steve Myrter, P. E., Director of Public Works SUBJECT: FISCAL
More informationDubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING
Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING All bids are to be executed on the forms provided herewith and only proposals submitted on these forms will be considered.
More informationMobile Food Vendors Policy. 1.0 Purpose. 2.0 Policy NO Virginia Polytechnic Institute and State University
Mobile Food Vendors Policy NO. 5810 Policy Effective Date: 1/23/2017 Last Revision Date: Policy Owner: Sherwood Wilson Policy Author: (Contact Person) Kayla Smith Affected Parties: Faculty Staff Other
More information2018 NDE Pupil Transportation Reminders
2018 NDE Pupil Transportation Reminders Effective January 1, 2019, DMV will no longer issue school bus permits per LB347. At that time, the Nebraska Safety Center will be begin handling the qualification
More information3 Award of Contracts for the Supply of Vehicle Tires
Clause 3 in Report No. 9 of Committee of the Whole was adopted, without amendment, by the Council of The Regional Municipality of York at its meeting held on May 21, 2015. 3 Award of Contracts for the
More informationPRINTING OF BMI WHEELS
REQUEST FOR QUOTATIONS PRINTING OF BMI WHEELS Food and Nutrition Technical Assistance Project III (FANTA) Issue date: June 20, 2016 To: Response Deadline: June 28, 2016 Submit Questions by: June 27, 2016
More informationP. SUMMARY: The Southeastern Power Administration (SEPA) establishes Rate Schedules JW-
This document is scheduled to be published in the Federal Register on 08/29/2016 and available online at http://federalregister.gov/a/2016-20620, and on FDsys.gov 6450-01-P DEPARTMENT OF ENERGY Southeastern
More informationProject Title: Lowertown Ballpark (CHS Field) Solar Arrays Contract Number: EP4-34 Milestone Number: 1 Report Date: June 21, 2016
DEPARTMENT OF PARKS AND RECREATION DESIGN AND CONSTRUCTION CITY OF SAINT PAUL Mayor Christopher B. Coleman 400 City Hall Annex 25 West 4 th Street Saint Paul, Minnesota 55102 www.stpaul.gov/parks Telephone:
More informationToronto Parking Authority Fleet Vehicle Replacement
PA12.5 REPORT FOR ACTION Toronto Parking Authority Fleet Vehicle Replacement - 2018 Date: June 8, 2018 To: Board of Directors, Toronto Parking Authority From: Acting President, Toronto Parking Authority
More informationSpeed Limit Reduction. January 24, 2017
Speed Limit Reduction January 24, 2017 History Dating back to 2001 the City Commission has discussed lowering the speed limit in certain areas to 25 mph in response to residential concerns. In May of 2015
More informationSAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY
THIS PRINT COVERS CALENDAR ITEM NO. : 10.4 DIVISION: Sustainable Streets BRIEF DESCRIPTION: SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY Authorizing the Department of Public Works (DPW) to award DPW Contract
More information