title bids and contracts date · pc -75 fireproofing remediation wilde lake high school bms cat,...
TRANSCRIPT
BOARD OF EDUCATION OF HOWARD COUNTY MEETING AGENDA ITEM
TITLE: Bids and Contracts DATE: June 21, 2018
PRESENTER(S): Douglas Pindell, Purchasing Director OVERVIEW: Exhibit Description Amount PC-73 COLLEGE AND CAREER PLANNING SERVICES Naviance, Inc. $130,000.00 PC-Competitive solicitations issued by this office. PR-Piggyback recommendations as allowed by law and policy.
RECOMMENDATION/FUTURE DIRECTION: It is recommended that the Board approve the bid award recommendations in the amounts listed.
SUBMITTED BY: APPROVAL/CONCURRENCE: Douglas Pindell
Purchasing Director
Michael J. Martirano, Ed.D. Interim Superintendent
Karalee Turner-Little
Assistant Superintendent for Administrative Affairs
Anissa Brown Dennis Chief Operating Officer
ACTION
Purchasing Bid Recommendations Page 2 Exhibit Description Amount PC -74 EXTERIOR DOOR REPLACEMENT CLARKSVILLE ELEMENTARY SCHOOL Overhead Door Company $167,000.00 PC -75 FIREPROOFING REMEDIATION
WILDE LAKE HIGH SCHOOL BMS CAT, Inc. $1,248,168.88 PC -76 FOOD SERVICE MECHANICAL EQUIPMENT
PREVENTATIVE MAINTENANCE, SERVICE AND REPAIR
Total Kitchen Care, LLC $115,164.00 PC-77 TESTING & ANALYSIS SERVICES FOR LEAD IN DRINKING WATER Enviro Chem Laboratories, Inc.
Froehling & Robertson, Inc. Global Consulting, Inc. Soil & Land Use Technology, Inc. KCI Technologies, Inc. AMA Analytical Services, Inc. TOTAL AWARD AMOUNT (estimated) $75,000.00
PC-78 AUDIO VISUAL SUPPLIES AND EQUIPMENT ACCO Brand Corporation B & H Photo Video Crutchfield Corporation HCGI Hartford, Inc.
Nicholas P. Pipino Associates, Inc. Visions of Video
Visual Sound, Inc. Washington Professional Systems
TOTAL AWARD AMOUNT $200,000.00
PC-79 READING SUPPORT PROGRAM FOR STUDENT WITH DISABILITIES Really Great Reading Company, LLC $53,000.00
Purchasing Bid Recommendations Page 3 PC-80 KITCHEN EQUIPMENT Ashland Equipment, Inc. $163,242.00
Douglas Equipment 79,253.01 BHS Food Service Solutions, LLC 9,974.24 TOTAL AWARD AMOUNT $252,651.25
PC-81 WORKFORCE ABSENCE MANAGEMENT SOLUTION Frontline Education $ 98,081.00 PR -39 MILK & ORANGE JUICE Dairy Maid Dairy, LLC $641,543.96
BOE Meeting of June 21, 2018 Exhibit PC-73 Action
COLLEGE AND CAREER PLANNING SERVICES
RFP #058.18.B1
Fact Sheet 1. The Howard County Public School System (HCPSS) provides college and career planning tools to middle
and high school students. 2.. A Request for Proposal (RFP) was prepared and issued to firms that could provide a web-based
instructional college planning and career search material program aligned with Maryland College and Career Standards which provides online transcript/college application document submission and transcript delivery services for as many college applications as possible and has integration with The Common Application and/or Black Common APP and/or Coalition Application as specified in the RFP.
3. Responses were received from the following firms.
1. 2. 3.
Anaca Technologies (dba Xello) 1867 Yonge Street, Suite 700 Toronto, Ontario, Canada M45245 Cost per student: MS-$4.25 HS-$4.95 Hire Power, LLC 7 East Frederick Street Walkersville, MD 21793 Cost per student: $12.38 Naviance, Inc. 3033 Wilson Blvd., Suite 500 Arlington, VA 22201 Cost per student: MS-$5.73/first year HS-$7.09/first year
4. 5.
Schoolinks 701 Brazo Street, Suite 500 Austin, TX 78701 Cost per student: $5.00 XAP Corporation 100 Corporate Pointe, Suite 350 Culver, CA 90230 Cost per student: MS-$2.00 HS-$3.50
4. An evaluation committee chaired by Kelly Ruby, reviewed the proposals on the bases of price (30%), Technical Approach (20%), Functionality (20%), Qualifications of the firm (15%), and Alignment with Needs (15%). As part of the evaluation process, the highest ranked firms were invited to provide demonstrations of the product with specific schools given access to demo with student input.
5. The contract period will be for one year from the date of award with the school system’s option to renew
for four additional one-year terms, subject to satisfactory performance and appropriate funding. 6. It is recommended that staff be authorized to finalize fixed fee contracts with Naviance as the highest
ranked firm for the estimated total of $130,000.00 based on the final number of participating students. The prior year’s expenditure was $121,409.00.
7. Funding for these services is located in the FY19 Operating Budget, Program #5601.
BOE Meeting of June 21, 2018 Exhibit PC-74 Action
EXTERIOR DOOR REPLACEMENT
CLARKSVILLE ELEMENTARY SCHOOL BID #018.18.B3
Fact Sheet
1. Bid responses were received from six (6) of the nine-hundred-ten (910) companies to which invitations to
bid were sent. The bid was posted on the Purchasing web page and eMaryland Marketplace as required by the state of Maryland.
2. The project is funded through the State of MD Aging School Program. The exterior doors at Clarksville Elementary school are the original doors, 54 years old and beyond repair. The doors and frames are rusted through in areas and need to be brought up to (ADA) American Disability Act, compliance and specifications.
3. The bid establishes a contract to provide all labor, supervision, and materials to replace the doors, frames, and door hardware at nine locations at Clarksville Elementary School as specified in the bid documents. The work is scheduled to be completed during the 2018 summer break.
4. Pricing was received as represented on the attached Bid Tab. 5. It is recommended that the bids from HomeRite of Baltimore, LLC, and Nastos Construction, Inc., be
rejected. HomeRite submitted a non-responsible bid for failing to review the revised drawings issued with Addnedum No. 1 prior to submitting their bid pricing. Nastos Construction, Inc., failed to provide a bid bond with their bid as required by the bid documents.
6. It is recommended that the award be made to Overhead Door Company of Baltimore, Inc., the lowest
responsive and responsible bidder for the total base bid amount of $167,000.00. 7. The Minority Business Enterprise (MBE) goal for this project was 15%. Overhead Door Company of
Baltimore, Inc., achieved the 15% goal. 8. Funding is located in the FY18 Capital Budget, Systemic Renovations E0980.
Bid Tab 5/23/2018Bid #018.18.B3 10:01 AMExterior Door ReplacementClarksville Elementary School
Company Total Base Bid
HomeRite of Baltimore, LLC $58,000.00Nastos Construction, Inc. $85,452.00Overhead Door Co. of Baltimore, Inc;. $167,000.00Colossal Contractors, Inc. $199,950.00Most Incorporated $244,749.00Brawner Builders, Inc. $275,375.00
BOE Meeting of June 21, 2018 Exhibit PC-75 Action
FIREPROOFING REMEDIATION
WILDE LAKE HIGH SCHOOL BID #072.18.B3
Fact Sheet
1. Bid responses were received from two (2) of the one thousand one hundred thirty four (1134)
companies to which invitations to bid were sent. The bid was posted on the Purchasing web page and eMaryland Marketplace as required by the state of Maryland.
2. During Phase 2 of the roof replacement at Wilde Lake High School, a considerable amount of the
existing spray-on fireproofing was dislodged from the underside of the roof deck during re-roofing operations, specifically demolition. It was then determined that the existing fireproofing was deficient, causing it to fall from the roof deck. Building Services staff contacted a fire protection engineering consultant to assist with surveying the conditions and provide analysis of current code and code at the time of original building design, to ascertain code requirements. After the code analysis, it was determined and confirmed by the consulting engineer and the Howard County Chief Fire Protection Engineer, that the underside of the roof deck must maintain a 1.5-hour fire rating to meet design and code standards.
3. The bid establishes a contract to provide all labor, supervision, and materials to mechanically attach an
acceptable fireproof board to the underside of the roof deck to meet current fire code standards and prior to completing Phase III of the roof replacement project during the 2019 Summer break. The fireproof board installation is scheduled to be completed during the 2018 summer break.
4. Pricing was received as represented on the attached Bid Tab.
5. It is recommended that the bid from Artic Fireproofing, Inc., be rejected for submitting a non-
responsible bid. They failed to review the mechanical requirements, and include this cost as part of their total base bid.
6. It is recommended that award be made to BMS CAT, Inc., the lowest responsive and responsible
bidder for the total base bid amount of $1,248,168.88. 7. The Minority Business Enterprise (MBE) goal for this project was 15%. BMS CAT, Inc. achieved the
15% goal. 8. Funding is located in the FY18 Capital Budget, Roof Replacement, Systemic Renovation E0980.
Bid Tab 5/23/2018Bid #072.18.B3 11:01 AMFireproofing RemediationWilde Lake High School
Company Total Base Bid
Artic Fireproofing, Inc. $390,000.00BMS Cat, Inc. $1,248,116.88
BOE Meeting of June 21, 2018 Exhibit PC- 76 Action
FOOD SERVICE MECHANICAL EQUIPMENT PREVENTIVE MAINTENANCE, SERVICE AND REPAIR
Bid #067.18.B3
Fact Sheet
1. Bid responses were received from two (2) of the two hundred thirteen (213) companies to which invitations to submit bids were sent. The bid was also posted on the Purchasing web page and eMaryland Marketplace as required by the state of Maryland. Two companies submitted prices.
2. Pricing is as follows:
COMPANY COST PER MONTH COST PER YEAR
Total Kitchen Care, LLC $9,597.00/month $115,164.00/year The Electric Motor Repair Co. $33,000.00/month $400,000.00/year
3. The bid establishes a contract with a contractor to perform service and repair along with preventive maintenance
twice per year to all food service mechanical equipment as required by the Food and Nutrition Services office.
4. The contract period is for one year and is renewable for five additional one-year periods at the sole option of the school system, subject to satisfactory performance and available funding.
5. It is recommended that the award be made to Total Kitchen Care, LLC for the total of $115,164.00 annually.
Total Kitchen Care, LLC is the current vendor for the contract for this service that is due to expire on June 30, 2018.
6. Funding has been allocated in the FY19 Food and Nutritional Services, Operating Budget.
BOE Meeting of June 21, 2018 Exhibit PC-77 Action Page 1
TESTING & ANALYSIS SERVICES FOR LEAD IN DRINKING WATER
Bid #041.18.B3
Fact Sheet 1. Bid responses were received from (15) of the two hundred ninety-nine (299) companies issued an
invitation to bid. The bid was posted on the Purchasing web page and ebidmarketplace.com as required by the state of Maryland.
2. The Purchasing Office utilized a “hybrid multi-step” procurement method that allows for the
evaluation of bidders’ technical capabilities in addition to the pricing submitted. Bidders were evaluated on meeting bid requirements along with their experience with lead testing and analysis services. The technical information was reviewed by Jeff Klenk, Office of Environment.
3. Pricing is as noted on the Bid Tab:
4. The bid establishes a contract with multiple contractors to perform lead testing and analysis services for
lead in drinking water at school locations as required by the Office of Environment. The water samples shall be collected by a Certified Maryland Water Sample Collector from outlets at school locations and then analyzed by a Laboratory Certified by the Maryland Department of the Environment to analyze drinking water samples for lead. The bid establishes a program to minimize the risk of exposure to lead in the drinking water of school buildings.
5. It is recommended that the bid be awarded to the six companies listed below. The school system has the
ability to alternate contractors for each project as defined in the contract documents. The total contract value is anticipated to be approximately $75,000.00 annually. The contract period is for one year and is renewable for five additional one-year periods at the sole option of the school system subject to satisfactory performance and available funding.
Enviro Chem Laboratories, Inc. Soil & Land Use Technology, Inc. Froehling & Robertson, Inc. KCI Technologies, Inc. Global Consulting, Inc. AMA Analytical Services, Inc.
6. Funding is located in the FY19 Operating Budget, Environment Program 7402.
Bid #041.18.B3 5/1/2018Testing & Analysis Services 11:01 AMfor Lead in Drinking Water
CONSULTANT LABOR RATES: Regular Hours Regular Hours Regular Hours
Sample Analysis Not to Exceed $12.50 /per sample Not to Exceed $12.85 /per sample Not to Exceed $6.00 /per sample
Certified Sample Collector Not to Exceed $50.00 /man-hour Not to Exceed $85.00 /man-hour Not to Exceed $70.00 /man-hour
Analysis Report Not to Exceed $350.00 /per school Not to Exceed $0.00 /per school Not to Exceed $250.00 /per school
Premium Hours Premium Hours Premium Hours
Not to Exceed $70.00 /man-hour Not to Exceed $125.00 /man-hour Not to Exceed $85.00 /man-hourLABORATORY - UNIT PRICES
Sample Analysis Not to Exceed $12.50 /per sample Not to Exceed $12.85 /per sample Not to Exceed $6.00 /per sample
Courier Fee Not to Exceed $125.00 Not to Exceed $50.00 Not to Exceed $300.00
CONSULTANT LABOR RATES: Regular Hours Regular Hours Regular Hours
Sample Analysis Not to Exceed $12.50 /per sample Not to Exceed $65.00 /per sample Not to Exceed $20.00 /per sample
Certified Sample Collector Not to Exceed $67.50 /man-hour Not to Exceed $100.00 /man-hour Not to Exceed $90.00 /man-hour
Analysis Report Not to Exceed $275.00 /per school Not to Exceed $200.00 /per school Not to Exceed $0.00 /per school
Premium Hours Premium Hours Premium Hours
Not to Exceed $100.00 /man-hour Not to Exceed $100.00 /man-hour Not to Exceed $135.00 /man-hourLABORATORY - UNIT PRICES
Sample Analysis Not to Exceed No Bid /per sample Not to Exceed $35.00 /per sample Not to Exceed $20.00 /per sample
Courier Fee Not to Exceed No Bid Not to Exceed $20.00 Not to Exceed $25.00
Tidewater, Inc. Water Testing Labs of MD, Inc.
/per pickup and drop-off of samples to be analyzed
/per pickup and drop-off of samples to be analyzed
/per pickup and drop-off of samples to be analyzed
/per pickup and drop-off of samples to be analyzed
/per pickup and drop-off of samples to be analyzed
Aria Environmental, Inc. Martel Laboratories JDS Inc.
/per pickup and drop-off of samples to be analyzed
KCI
CWM Environmental
CONSULTANT LABOR RATES: Regular Hours Regular Hours Regular Hours
Sample Analysis Not to Exceed $14.00 /per sample Not to Exceed $13.50 /per sample Not to Exceed N/A /per sample
Certified Sample Collector Not to Exceed $40.00 /man-hour Not to Exceed $40.00 /man-hour Not to Exceed $67.50 /man-hour
Analysis Report Not to Exceed $10.00 /per school Not to Exceed $125.00 /per school Not to Exceed $350.00 /per school
Premium Hours Premium Hours Premium Hours
Not to Exceed $40.00 /man-hour Not to Exceed $55.00 /man-hour Not to Exceed $67.50 /man-hourLABORATORY - UNIT PRICES
Sample Analysis Not to Exceed $12.00 /per sample Not to Exceed $13.50 /per sample Not to Exceed $12.00 /per sample
Courier Fee Not to Exceed $35.00 Not to Exceed $80.00 Not to Exceed $150.00
CONSULTANT LABOR RATES: Regular Hours Regular Hours Regular Hours
Sample Analysis Not to Exceed N/A /per sample Not to Exceed N/A /per sample Not to Exceed $7.00 /per sample
Certified Sample Collector Not to Exceed $75.00 /man-hour Not to Exceed N/A /man-hour Not to Exceed $65.00 /man-hour
Analysis Report Not to Exceed $500.00 /per school Not to Exceed N/A /per school Not to Exceed $300.00 /per school
Premium Hours Premium Hours Premium Hours
Not to Exceed $112.50 /man-hour Not to Exceed N/A /man-hour Not to Exceed $85.00 /man-hourLABORATORY - UNIT PRICES
Sample Analysis Not to Exceed $12.65 /per sample Not to Exceed $12.00 /per sample Not to Exceed $7.50 /per sample
Courier Fee Not to Exceed $56.35 Not to Exceed $35.00 Not to Exceed $25.00
/per pickup and drop-off of samples to be analyzed
/per pickup and drop-off of samples to be analyzed
/per pickup and drop-off of samples to be analyzed
Soil And Land Use Technology, Inc.
Triad Engineering, Inc. Froehling & Robertson, Inc.
/per pickup and drop-off of samples to be analyzed
/per pickup and drop-off of samples to be analyzed
/per pickup and drop-off of samples to be analyzed
Maryland Spectral Services, Inc.
Enviro-Chem Laboratories, Inc. Batta Environmental
CONSULTANT LABOR RATES: Regular Hours Regular Hours Regular Hours
Sample Analysis Not to Exceed $10.00 /per sample Not to Exceed No Bid /per sample Not to Exceed $24.50 /per sample
Certified Sample Collector Not to Exceed $37.00 /man-hour Not to Exceed No Bid /man-hour Not to Exceed $65.00 /man-hour
Analysis Report Not to Exceed $0.00 /per school Not to Exceed No Bid /per school Not to Exceed $485.00 /per school
Premium Hours Premium Hours Premium Hours
Not to Exceed $37.00 /man-hour Not to Exceed No Bid /man-hour Not to Exceed $72.00 /man-hourLABORATORY - UNIT PRICES
Sample Analysis Not to Exceed N/A /per sample Not to Exceed $9.99 /per sample Not to Exceed $12.00 /per sample
Courier Fee Not to Exceed N/A Not to Exceed $0.00 Not to Exceed $0.00
Global Consulting, Inc. Professional Service Industries, Inc.
/per pickup and drop-off of samples to be analyzed
/per pickup and drop-off of samples to be analyzed
/per pickup and drop-off of samples to be analyzed
AMA Analytical Services, Inc.
BOE Meeting of June 21, 2018 Exhibit PC-78 Action
AUDIO VISUAL SUPPLIES AND EQUIPMENT Bid #066.18.B5
Fact Sheet
1. The Purchasing Office issued a solicitation on behalf of the Howard County Public School System (HCPSS) to establish a discount off list price, indefinite quantity contract for Audio Visual Supplies and Equipment.
2. Bids were received from the following 8 of the 2894 companies to which invitations to submit bids were
sent.The bid was posted on both the Purchasing web page and eMaryland Marketplace as required by the state of Maryland.
ACCO Brands Corporation Nicholas P. Pipino Associates, Inc. B & H Photo Video Visions of Video Crutchfield Corporation Visual Sound, Inc. HCGI Hartford, Inc. Washington Professional Systems
3. The bid tabulation is attached that identifies the manufactures, item description and the discounts offered. 4. The bid documents requested percentage discount from list price offers for various audio-visual manufacturers
representing multiple categories relevant to current AV and technology needs. Offers establish a baseline of discounts as there are multiple pricing levels offered by each manufacturer, as well as within each category. On an ongoing basis throughout the life of any resulting contract, HCPSS will request that effective dated list prices be available to support resulting contracts. List prices may be updated as the manufacturers’ list changes. Discounts offered may not change unless more favorable discounts are offered. HCPSS will only consider changes to the awarded contracts that are in the best interest of the school system.
5. Given the complexity of discount business strategies, especially in the digital age where markets are dynamic
and quick to change, HCPSS recognizes that discount ranges offered provide an advantage to capture the best possible discount price at any given time. HCPSS therefore recommends accepting a range of discounts offered.
6. The initial contract term shall be for three years from date of award with the option to renew for three additional
one-year periods at the sole option of the school system pending successful performance and availability of funding.
7. It is recommended that all eight bidders be awarded contracts based on the discounts offered. Awarding in
this manner allows for greater flexibility to meet the needs of the school system.
8. The total value of resulting contracts is anticipated to be $200,000.00 annually.
9. Funding is located in the FY19 Operating Budget, various supplies equipment budgets.
Audio Visual Supplies and Equipment Exhibit-PC-78 Bid #066.18.B5 Action Bid Tabulation Page 2
Manufacturer Categories Represented by Manufacturer ACCO
Bra
nds
Corp
orat
ion
B &
H P
hoto
Vid
eo
Crut
chfie
ld
Corp
orat
ion
HCGI
Har
tfor
d, In
c.
Nic
hola
s P. P
ipin
o As
soci
ates
, Inc
.
Visio
ns o
f Vid
eo
Visu
al S
ound
, Inc
.
Was
hing
ton
Prof
essio
nal
Syst
ems
Acebil Camera Support Fluid Heads, Tripods, and Accessories
0-20%
1%
15% Adaptec Memory Cards, Flash Drives, Readers, SSDS Storage
5%
AKG Studio Microphones, Broadcast, and Live Sound Equipment
0-20% 11% 5%
5 -30%
Altec Lansing Loudspeakers and associated audio electronics
0-20%
5%
AMX Control Systems for A/V, Projection, Screens, and Lighting
5%
10-30%
Ancho Audio Portable Sound Systems for Small-Large Audience Size
0-20%
10% 36% 26% 10-30% 10% Apple Adaptors & Cables
0%
Atlas Sound Speakers, Microphone, Equipment Stands, and Enclosure Systems
0-20% 5-15% 10%
5-20%
Audio-Technica Microphone Systems, Headphones, and Accessories
0-20% 15% 19%
10-25% 12% Aver Carts Laptop and Tablet Storage/Charging Mobile Carts
0-20%
5-10% 22%
Aver Document Cameras Document Cameras
0-20%
5% 20%
AverMedia TV Tuners, Receivers, Audio Systems
0-20%
5% 20%
Belkin Computer Accessories, Cables & Adaptors, Chargers
0-20%
40%
BirdBrain Technologies Robotic Kits for Education
0-20%
5%
Blackmagic TV Production Products
0-20%
5%
5% Blonder Tongue TV Production Products
0-20%
10%
5% - 15%
Bose Commercial Loudspeakers and Sound systems
15% 0% **
5% - 30%
Bretford Laptop and Tablet Storage/Charging Mobile Carts
0-20%
25% 40%
10% - 45%
C2G HDMI, VGA, USB, Ethernet, Audio, Video, and Coax Cables
0-20%
40-45% 22%
5% - 40% 15% Cables Unlimited Coax, Networking Cables & Wire Harnesses
5%
Caliphone Portable Audio Systems, Headphones, Listening Centers
0-20%
5% 49%
Canon Consumer Digital Still and Video Cameras
0-20% 2% 1% 10%
7% Canon Cameras - Digital (Non C-Series)
Digital Still and Video Cameras
0-20% 2% 1%
7%
Canon Video - Vixia Series Digital Video Cameras
0-20% 2% 1%
7% Chief Mounting Solutions for TV, Projectors, Plasma & LCD Displays
0-20% 11% 35% 43%
5% - 40% 10%
Creative Labs Speakers, Headphones
0-20%
5%
Crown Amplifiers, Microphones and AV System Solutions
0-20% 11% 7%
10% - 25% 10%
Audio Visual Supplies and Equipment Exhibit-PC-78 Bid #066.18.B5 Action Bid Tabulation Page 3
Manufacturer Categories Represented by Manufacturer ACCO
Bra
nds
Corp
orat
ion
B &
H P
hoto
Vid
eo
Crut
chfie
ld
Corp
orat
ion
HCGI
Har
tfor
d, In
c.
Nic
hola
s P. P
ipin
o As
soci
ates
, Inc
.
Visio
ns o
f Vid
eo
Visu
al S
ound
, Inc
.
Was
hing
ton
Prof
essio
nal
Syst
ems
Cyber Accoustics Speakers, Headsets, Headphones, And Microphones
0-20%
10%
D&K Laminators & Supplies
0-20%
5%
Da-Lite Audio Visual & Video Projection Screens
0-20%
29% 36%
5% - 30%
Darim TV Production Lighting and Accessories
5%
DBX Digital Processors, Noise Reduction, and EQ Equipment
0-20%
5%
5% - 35% 10% Dell Adaptors & Cables
0-20%
25%
Draper Audio Visual & Video Projection Screens
0-20%
29% 36%
5% - 25%
Eartec Wired and Wireless Audio, Microphones, Mixers, Audio Processors
0-20%
5%
10%
Elation TV Production Lighting Controls and Accessories
0-20%
5%
Elmo Digital/Analog Visual Presenters, Video, Conferencing Cameras
0-20%
10%
10% - 30%
Epson Projectors and Accessories
0-20%
8-48% 42%
10% - 35%
Epson Scanners
0-20%
15% 30%
GBC Laminators and Supplies 40%
5% 25%
Gefen Audio/Video Connectivity Products
0-20%
30%
5% - 25%
GoPro Cameras and Accessories
3% 0%
Haivision Webcasting, Internet Streaming, Recording, IPTV Equipment and Supplies
5%
HamiltonBuhl Headphones, Charging Stations
0-20%
20% 31%
HoverCam Document Cameras
0-20%
5% 18%
5% - 20%
Ikan TV Production Equipment, Lighting and Accessories
0-20%
5%
10% Imation Flash Drives and Blank Media
15%
IOGear A/V Switchers, Splitters, Extenders, Converters, Cables & Adapters
0-20%
25%
JBL Consumer-Harmon Audio Products, Speakers and Accessories
0-20% 11% 5%
JBL Commercial/Install Series
Audio Products, Speakers and Accessories
0-20% 11% 5%
10% - 40% 10%
JVC Consumer Broadcast and Presentation Audio/Video Equipment
0-20%
5%
JVC Professional Broadcast and Presentation Audio/Video Equipment
0-20%
5%
5% - 20% 10% Kanex Computer Accessories, Cables & Adaptors, Chargers
0-20%
30%
Audio Visual Supplies and Equipment Exhibit-PC-78 Bid #066.18.B5 Action Bid Tabulation Page 4
Manufacturer Categories Represented by Manufacturer ACCO
Bra
nds
Corp
orat
ion
B &
H P
hoto
Vid
eo
Crut
chfie
ld
Corp
orat
ion
HCGI
Har
tfor
d, In
c.
Nic
hola
s P. P
ipin
o As
soci
ates
, Inc
.
Visio
ns o
f Vid
eo
Visu
al S
ound
, Inc
.
Was
hing
ton
Prof
essio
nal
Syst
ems
Kensington Computer Accessories, Cables & Adaptors, Chargers
0-20%
20%
Lexar Memory Cards, Flash Drives, Readers, SSDS Storage
0-20%
20%
LG Electronics Televisions, Cameras, and Audio & Video Products
0-20% 0% 15% 25% 26% 5% - 15%
Logitech Computer Accessories, Cables & Adaptors, Chargers
0-20%
15% 15%
Luxor Mobile Audio Visual & Plastic Carts, Presentation Stations, Tablet Charging Carts
0-20%
10% 30%
5% - 45%
Macally Apple Computer Peripheral Devices
0-20%
5%
Mackie Mixing Consoles, Loudspeakers, Studio Monitors, and DAW Control Surfaces
0-20% 11% 10-20%
5% - 20% 17%
Miller Camera Support Fluid Heads, Tripods, and Accessories
0-20%
1%
5% - 15%
Mitsubishi TVs and Displays, Blu-Ray Players, DVD and DVD-R
0-20%
10%
5% - 35%
Monster Cable A/V Accessories, HDMI, VGA, USB, Ethernet, Audio, Video, and Coax Cables
0-20%
5%
NEC Commercial/Edu Series
TVs and Displays and Accessories
0-20%
10-35%
5% - 45% 11%
Newtek TV Production Equipment
0-20%
10%
5% - 15%
Nikon Inc Digital Still and Video Cameras
0-20%
5%
Oklahoma Sound Presentation and AV Furniture, Portable PA Systems
0-20%
5%
Ozobot & Evollve Robotic Kits for Educatioon
0-20%
5%
Padcaster Audio Visual Real-Time and Data Capture Share Devices
0-20%
5%
Panasonic Televisions, Cameras, and Audio & Video Products
0-20%
15%
Panasonic Professional Televisions, Cameras, and Audio & Video Products
0-20%
15%
5% - 15% 8% Pearstone A/V Accessories, HDMI, VGA, USB, Ethernet, Audio, Video, and
Coax Cables
0-20%
5%
Peerless TV and Projection Mounts, Digital Signage, Wireless Audio Systems, & Kiosks
0-20%
10-45% 35%
10% - 45% 12%
Pentax Digital Still and Video Cameras
0-20%
6%
Philips Speakers - Wired, Wireless and Bluetooth
0-20%
6%
Plantronics Headphones and Accessories
0-20%
14%
Plextor Headphones, and Accessories
8%
Polk Audio Audio Products, Speakers and Accessories
0-20% 16% 5%
Audio Visual Supplies and Equipment Exhibit-PC-78 Bid #066.18.B5 Action Bid Tabulation Page 5
Manufacturer Categories Represented by Manufacturer ACCO
Bra
nds
Corp
orat
ion
B &
H P
hoto
Vid
eo
Crut
chfie
ld
Corp
orat
ion
HCGI
Har
tfor
d, In
c.
Nic
hola
s P. P
ipin
o As
soci
ates
, Inc
.
Visio
ns o
f Vid
eo
Visu
al S
ound
, Inc
.
Was
hing
ton
Prof
essio
nal
Syst
ems
Polycom Video and Audio Conferencing Solutions
0-20%
20%
5% - 40%
Prompter People Teleprompters and Accessories
0-20%
1%
5% - 15% 10% QSC Power Amplifiers, Loudspeakers, Signal Processing, Digital
Mixers
0-20% 11% 114%
10% - 25% 10%
Roland Pro Audio Digital Announcement Recorders, Digital Audio Mixing and Distribution
0-20%
10%
5% - 15% 10%
Roland Pro A/V Audio Visual Systems
0-20%
10%
10% Sachtler Camera Support Fluid Heads, Tripods, and Accessories
0-20%
0%
5% - 15% 7%
Samsung Televisions, Cameras, and Audio & Video Products
0-20% 0% 10-29% 25%
5% - 15%
Sandisk Memory Cards, Flash Drives, Readers, SSDS Storage
0-20%
15%
Sharp Televisions, Cameras, and Audio & Video Products
0-20%
15-35% 10%
5% - 40%
Shure Wired and Wireless Audio, Microphones, Mixers, Audio Processors
0-20% 11% 19% 30% 26% 5% - 40% 15%
Sony Cameras - Consumer Digital still and video Cameras and Accessories
0-20% 0% 5%
Sony Cameras - Professional / A7 Series
Digital still and video Cameras and Accessories
0-20% 0% 5% 10%
7%
Sony TV Consumer TVs and Displays and Accessories
0-20% 0% 20%
Sony TVs Professional/Business
TVs and Displays and Accessories
0-20%
20%
5% - 15% 7%
Soundcraft Professional Audio Mixing Consoles for Live Sound/Theater/Broadcast Events
0-20%
10%
5% - 20% 10%
Sphero Robotic Kits for Education
5%
Squirrels Mirroring and Streaming Presentation Devices
5%
StarTech HDMI, VGA, USB, Ethernet, Audio, Video, and Coax Cables
0-20%
20%
Swivl Audio Visual Real-Time and Data Capture Share Devices
0-20%
5%
Targus Laptop Cases, Tablet Cases and Computer Accessories
0-20%
15-25%
TEC NEC Audio/Video Lights, Cables, Connectors, Batteries, Switchers, and More…
0-20%
5%
5% - 25%
Tech Tubs Laptop and Tablet Storage/Charging Mobile Carts
5%
Toner Cable TV Signal Distribution Equipment and Supplies
0-20%
0%
Terrapin Software Robotic Kits for Education
0-20%
5%
Audio Visual Supplies and Equipment Exhibit-PC-78 Bid #066.18.B5 Action Bid Tabulation Page 6
Manufacturer Categories Represented by Manufacturer ACCO
Bra
nds
Corp
orat
ion
B &
H P
hoto
Vid
eo
Crut
chfie
ld
Corp
orat
ion
HCGI
Har
tfor
d, In
c.
Nic
hola
s P. P
ipin
o As
soci
ates
, Inc
.
Visio
ns o
f Vid
eo
Visu
al S
ound
, Inc
.
Was
hing
ton
Prof
essio
nal
Syst
ems
Toshiba Televisions, Cameras, and Audio & Video Products
0-20%
5% 10%
Transcend Memory Cards, USB Flash Drives, Multimedia Products, Card Readers & Accessories
0-20%
22%
Tripp Lite Computer Accessories, Cables & Adaptors, Chargers, Surge Protection
0-20%
29%
5% - 15%
ViewSonic Consumer TVs and Displays and Accessories
0-20%
15%
Viewsonic Commercial TVs and Displays and Accessories
0-20%
15%
12% Vizio TVs and Displays and Accessories
0-20%
5%
26%
Wonder Workshop Robotic Kits for Education
5%
YAMAHA Audio Products, Speakers and Accessories
0-20% 11% 5% 10%
YAMAHA Pro Audio Audio Products, Speakers and Accessories
0-20% 11% 5%
5% - 15% 10%
**Manufacturer unilaterally price locked items are not discounted (0%).
BOE Meeting of June 21, 2018 Exhibit PC-79 Action
READING SUPPORT PROGRAM
FOR STUDENTS WITH DISABILITIES
RFP No. 054.18.B1
Fact Sheet
1. The Howard County Public School System issued a bid to solicit proposals from qualified vendors to provide a reading support program to students with disabilities as well as students not making progress in other interventions. The bid was posted on the Howard County Public Schools Purchasing website and also on ebidmarketplace.com as required by the state of Maryland.
2. Responses were received from the following vendors:
1. Atlantic Seaboard Dyslexia Association 22 West Jefferson Street, Suite 397 Rockville, MD 20850 Est. total annual cost $153,580.00
4. 95 Percent Group, Inc. 475 Half Day Road Suite 350 Lincolnshire, IL 60069 Est. total annual all schools: $34,650.00
2. Houghton Mifflin Harcourt Publishing Company One Pierce Place, Suite 900W Itasca, Illinois 60143 Est. total for elementary: $52,869.60
5. Pearson Education, Inc. 214Hillboro Drive Silver Springs, MD 20902 Cost: Per student/class fees
3.
Lexis Learning Systems LLC 300 Baker Avenue, Suite 320 Concord, MA 01742 Est. total for elementary: $405,900.00
6. Really Great Reading Company, LLC P.O. Box 46 Cabin John, MD 20818 Est. total cost per class: $502.00
3. The bid requested vendors to provide a multi-sensory approach to teaching the foundational skills of decoding and encoding aligned to the components of Structured Literacy as specified in the bid for students with disabilities.
4. Prior to this bid, services were provided by Really Great Reading on a per student basis, however the
program has grown to the point of needing a formal solicitation. The spending for this school year to date was $16,294.35.
5. A committee, chaired by Ms. Joyce Agness, evaluated the responses and firms ranking them as follows:
Really Great Reading Company, LLC 95 Percent Group, Inc. Lexis Learning Systems, LLC/Houghton Mifflin Harcourt Publishing Company Atlantic Seaboard Dyslexia Association Person Education, Inc.
6. A previous recommendation was presented at the May 17, 2018 Board of Education meeting whereby it
was cancelled pending additional information. The attached document provides some information regarding the program’s success at the pilot stage for the past year. The data indicate that the program does provide early learners improved reading results when compared to those learners not participating in the program.
7. It is recommended that Really Great Reading Company, LLC, highest evaluated firm be awarded this contract.
Exhibit PC-79 Action Page 2 8. The contract is a fixed price, variable quantity ordered contract. Subscriptions will only be ordered for
the number of teachers and students required. Ordering is dependent on student need. It is anticipated that 42 elementary schools as well as 10 middle schools will be using the program with approximately 2 classes per school, therefore the anticipated annual value will be $53,000. Many of the materials are a one-time cost. The contract term shall be for an initial one-year period with the option to renew for four additional one-year periods subject to satisfactory performance and funding.
9. Funding will be located in MSDE 2018 grants, Special Education and Elementary and Secondary
Language Arts, subject to approval.
BOE Meeting of June 21, 2018 Exhibit PC-80 Action
KITCHEN EQUIPMENT
Bid #076.18.B3 Fact Sheet 1. Bid responses were received from five (5) of the one-hundred-nine (109) companies to which invitations
to submit bids were sent. The bid was also posted on the Purchasing web page and eMaryland Marketplace as required by the state of Maryland. Five (5) companies submitted prices.
2. The bid establishes a contract with a vendor to furnish, deliver and install kitchen equipment at schools as
required by the Food and Nutrition Services office. Quantities and specifications were established by the Food and Nutrition Services office for each item.
3. According to the bid documents, the awards shall be made on an item to item basis to the lowest
responsive bidder(s) meeting specifications. The contract period shall be for one year from the date of award.
4. It is recommended that the pricing from Carey Sales and Services for the item numbers 7 & 9 be rejected
on the basis that they did not bid to the specification. It is recommended that the bid from Business Solutions be rejected for failing to sign the Bid Signature Sheet authorizing their bid as required by the bid documents.
5. It is recommended that the following bidders be awarded the corresponding equipment in accordance to
the bid documents. See attached Bid Tab.
Company Item No. Quantity Award Amount Ashland Equipment, Inc. 1 4 $78,256.00 Douglas Equipment 2 3 $63,570.84 BHS Food Service Solutions, LLC 3 2 $3,974.20 Douglas Equipment 4 7 $15,682.17 BHS Food Service Solutions, LLC 5 2 $1,577.38 Ashland Equipment, Inc. 6 7 $33,509.00 Ashland Equipment, Inc. 7 3 $28,197.00 Ashland Equipment, Inc. 8 1 $10,722.00 Ashland Equipment, Inc. 9 1 $12,740.00 BHS Food Service Solutions, LLC 10 1 $4,422.66
Total Award Amount $252,651.25 6. Funding shall be provided by the FY18 Food and Nutritional Service, Operating Budget, Recovery of
Fund Balance/Equipment Replacement and MSDE Equipment Grant.
Bid Tab 6/5/2018Bid #076.18.B3 11:01 AMKitchen Equipment
Douglas Equipment Business ServicesBHS Food Service
Solutions, LLCCarey Sales and
ServicesAshland
Equipment
Item # Product Description Unit Price Unit Price Unit Price Unit Price Unit Price
1 Convection Oven (Double) $21,380.38 No Bid $25,801.41 $22,731.58 $19,564.00Manufacturer - BlodgettModel Number: HV 100E
2 Dishwasher $21,190.28 No Bid $22,801.43 No Bid $21,491.00Manufacturer: HobartModel Number: AM15VLT-4
3 Milk Cooler $2,724.59 $2,429.28 $1,987.10 $2,575.00 $2,048.00Manufacturer: Beverage AirModel Number: SM34N-S
4 Milk Cooler $2,240.31 $2,699.98 $2,272.88 $2,937.67 $2,342.00Manufacturer: Beverage AirModel Number: SM49N-S
5 Washing Machine $1,939.85 $698.98 $788.69 No Bid $5,541.00Manufacturer - General ElectricModel Number: GCWP1000MWW
6 2-Door Freezer $4,883.60 $6,249.98 $5,201.48 $7,991.87 $4,787.00Manufacturer: TraulsenModel Number: G22110
7 Reach In Refrigerator $10,191.26 $11,939.98 $11,089.89 $8,082.28 $9,399.00Manufacturer - TraulsenModel Number: AHT232WUT-HHS
8 Walk In Freezer $12,059.90 No Bid $10,746.43 No Bid $10,722.00Manufacturer: NorlakeModel Number: KLX68-C
9 3 Section Half Door Reach In Refrigerator $15,038.43 $16,599.98 $15,179.27 $11,726.49 $12,740.00Manufacturer - TraulsenModel Number: AHT332WUT-HHS
10 Walk-In Freezer Condensing Unit & Evaporator Coil $6,307.51 No Bid $4,422.66 No Bid $6,000.00Manufacturer: Model Number - Condensing Unit: TEHA025L6HT3CFModel Number - Evaporator Coil: TPLP209LES2BR6
‐
EC2
BOE Meeting of June 21, 2018 Exhibit PC-81 Action
WORKFORCE ABSENCE MANAGEMENT SOLUTION Bid #051.18.B5
Fact Sheet
1. A Request for Proposal (RFP) was prepared and issued to solicit proposals from qualified firms to
obtain a cloud-based absence management and substitute assignment solution that functionally supports professional development registration and certification.
2. The Human Resources and Development Office’s Support Staff and Temporary Services
Recruitment and Hiring and Teacher and Paraprofessional Development and Support offices require an online tool that helps manage, track, and provide necessary analysis and reports for teacher workforce planning and absence management. It is preferred, as stated in the RFP, that the solution allow for a professional development system that records and tracks staff participation in professional development and identifies highly qualified teachers for placement as required. The solution, in its entirety, must integrate with Workday.
3. The RFP was posted on both the Purchasing web page and eMaryland Marketplace as required by
the state of Maryland. Responses were received from the following three of 540 companies to which invitations to submit bids were sent.
Frontline Education
Workforce Absence Management Annual cost $56,081.00 Initial one-time cost $6,000.00 Professional Development Registration Annual cost $33,000.00
Initial one-time cost $3,000.00 GlassArc LLC (ReadySub)
Workforce Absence Management Annual cost $33,540.00 Initial one-time cost $0.00 Professional Development Registration Annual cost No offer
Initial one-time cost No offer PeopleAdmin Inc. (TalentEd)
Workforce Absence Management Annual cost $50,022.00 Initial one-time cost $250.00/hour Professional Development Registration Annual cost $30,626.00
Initial one-time cost $0.00 4. Currently annual costs for Workforce Absence Management and Professional Development systems
utilized by the school system are approximately $42,000.00 and $28,000.00 respectively. Each requires much manual management, maintenance and synchronization by HCPSS staff.
5. An evaluation committee co-chaired by Suzanne Zilber, Office of Human Resources and Juliann
Dibble, Office of Professional Development, evaluated the proposals for pricing and technical capabilities in accordance to RFP requirements. Each firm was invited to present their solution
BOE Meeting of June 21, 2018 Exhibit PC-81 Action
before the committee. After presentations HCPSS requested that Frontline, the highest ranked firm, submit a best and final offer for both products.
6. The initial contract term will be for five years with the option to renew for five additional one-year
periods at the sole option of the school system pending successful performance and availability of funding.
7. It is recommended that an award be made to Frontline Education for their Workforce Absence
Management Solution for an annual cost of $56,081.00. Non-recurring set-up costs will be $6,000.00.
8. Correspondingly, it is recommended that an award be made to Frontline Education for their Professional Development Registration system for an annual cost of $33,000.00. Non-recurring set-up costs will be $3,000.00.
9. Funding is located in the FY19 Operating Budget, Mid-Level Administration, Temporary Services,
Contracted Services, Maintenance-Software and FY19 Operating Budget, Professional and Organizational Development, Maintenance-Software.
BOE Meeting of June 21, 2018 Exhibit PR-39 Action
MILK & ORANGE JUICE
BID #18-039R
Fact Sheet
1. The Food and Nutritional Services Department requests the approval to utilize Dairy Maid Dairy, LLC, to purchase, warehouse, and distribute dairy products and orange juice to school locations within the Howard County Public School System on an as needed basis.
2. Dairy Maid Dairy, LLC, is under contract with Carroll County Public Schools, Contract #18-039R,
Dairy & Orange Juice. The contract was awarded on June 13, 2018 and is effective July 1, 2018 through June 30, 2019. The contract is renewable for four (4) additional one year periods subject to satisfactory performance and available funds.
3. The Maryland Public School Food & Nutrition Purchasing Cooperative (MPSFNPC) is a purchasing cooperative, presently consisting of seven (7) Maryland LEAs. Carroll County Public Schools is the lead agency for both the management of the cooperative and all associated procurements.
4. It is recommended that the Board of Education approve Dairy Maid Dairy, LLC, contract to service
school locations for the Food & Nutritional Services Department. The estimated expenditures for FY19 are $641,543.96.
5. Funding has been allocated in the FY19 Food and Nutritional Services, Operating Budget.