17
Office of Superintendent of Schools October 7, 2020 Board Meeting of October 21, 2020 Financial Services Mr. Ron Y. Steiger, Chief Financial Officer COMMITTEE: FISCAL ACCOUNTABILITY & GOVERNMENT RELATIONS E-141 ITB-19-069-MV CUSTODIAL CLEANING EQUIPMENT E-142 ITB-19-050-MJ TRANSMISSIONS FACTORY REBUILT E-143 ITB-19-055-MC PLASTIC CAN LINERS E-145 ITB-19-014-HR BREAD AND BREAD PRODUCTS E-146 RFP-19-010-CM RISK MANAGEMENT AND INSURANCE BROKER SERVICES E-147 RFP-19-011-CM TRANSPARENCY TOOLS FOR M-DCPS HEALTHCARE PLAN

Miami-Dade County Public Schools - COMMITTEE: FISCAL ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2020_10...mutual agreement between Miami-Dade County Public Schools and the awardee(s),

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Miami-Dade County Public Schools - COMMITTEE: FISCAL ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2020_10...mutual agreement between Miami-Dade County Public Schools and the awardee(s),

Office of Superintendent of Schools October 7, 2020 Board Meeting of October 21, 2020 Financial Services Mr. Ron Y. Steiger, Chief Financial Officer COMMITTEE: FISCAL ACCOUNTABILITY & GOVERNMENT RELATIONS

E-141 ITB-19-069-MV CUSTODIAL CLEANING EQUIPMENT

E-142 ITB-19-050-MJ TRANSMISSIONS FACTORY REBUILT

E-143 ITB-19-055-MC PLASTIC CAN LINERS

E-145 ITB-19-014-HR BREAD AND BREAD PRODUCTS

E-146 RFP-19-010-CM RISK MANAGEMENT AND INSURANCE BROKER

SERVICES

E-147 RFP-19-011-CM TRANSPARENCY TOOLS FOR M-DCPS HEALTHCARE

PLAN

Page 2: Miami-Dade County Public Schools - COMMITTEE: FISCAL ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2020_10...mutual agreement between Miami-Dade County Public Schools and the awardee(s),

Page 1 of 3

Office of Superintendent of Schools October 7, 2020

Board Meeting of October 21, 2020 Financial Services Mr. Ron Y. Steiger, Chief Financial Officer

SUBJECT: AWARD INVITATION TO BID NO. ITB-19-069-MV –

CUSTODIAL CLEANING EQUIPMENT COMMITTEE: FISCAL ACCOUNTABILITY & GOVERNMENT RELATIONS

LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES

Procurement Management Services, at the request of the Office of Facilities, released the above-referenced solicitation. The purpose of this Invitation to Bid (ITB) is to establish a contract, at firm fixed prices, to purchase custodial cleaning equipment for Miami-Dade County Public Schools (M-DCPS). Bidders commit to provide the highest level of service and quality of equipment throughout the term of the bid. Also, manufacturer warranty shall be provided by each bidder for a minimum of three (3) years. This is a term bid which states that the Board may purchase quantities as needed but is not obligated to purchase any guaranteed amount. This ITB was advertised on the Procurement Management Services, BidSync and DemandStar websites and emailed to 210 potential bidders. The initial term of the bid shall be for a three (3) year period, commencing October 22, 2020 through October 21, 2023, 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. The Goal Setting Committee recommended that this solicitation be open with a 5% SBE/MBE, and a 5% preference for local vendors. Four (4) vendors responded to this advertised bid. Based on the criteria listed in the solicitation, two (2) vendors are being recommended for award, of which one (1) is certified as a Minority/Women Business Enterprise (MWBE) and Small Business Enterprise (SBE), which represents an estimated 65% SBE/MBE participation. Fund Source Various

E-141

Page 3: Miami-Dade County Public Schools - COMMITTEE: FISCAL ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2020_10...mutual agreement between Miami-Dade County Public Schools and the awardee(s),

Page 2 of 3

RECOMMENDED: That The School Board of Miami-Dade County, Florida:

1. AWARD INVITATION TO BID NO. ITB-19-069-MV – CUSTODIAL CLEANING EQUIPMENT, to provide custodial cleaning equipment, at firm fixed prices for the School Board of Miami-Dade County, Florida, effective October 22, 2020 through October 21, 2023, and may, by mutual agreement between The School Board of Miami-Dade county, Florida and the successful bidder, be extended for two (3) additional one (1) year extension periods thereto, as follows:

a. ALLIED PAPER & CHEMICAL CO. MWBE/SBE

13741 SW 147TH AVENUE MIAMI, FL 33196 OWNER/OFFICER: LORRAINE PRICE, PRESIDENT Awarded Group One – Orbital Technology Auto Scrubbers Equipment Item 2 – Small Electric Cord Oscillating Floor Machine, Square SS EBG-9 Doodle Scrub @ $633.33 each Item 5 – Floor Scrubber, Square Scrub SS EBG-20/C EBG-20/C @ $2,305.55 each Awarded Group Two – Traditional Cleaning Equipment Item 6 – “No Touch” Restroom Cleaning System, Nobles ASC-15 @ $2,798.89 each Item 7 – Burnisher, Nobles BR-2000-DC @ $1,681.11 each Item 8 – Blower, Nobles Air Commercial Dryer @ $246.67 each Item 9 – Vacuum Cleaner, Backpack Type, Nobles Aspen V-BP-6 @ $390.00 each Awarded Group Three – Vacuum Cleaners Item 10 – Vacuum Cleaner, Carpet Upright, Nobles V-SMU-14 @ $300.00 each Item 11 – Wet/Dry Vacuum Cleaner, Nobles V-WD-24 @ $691.11 each

Page 4: Miami-Dade County Public Schools - COMMITTEE: FISCAL ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2020_10...mutual agreement between Miami-Dade County Public Schools and the awardee(s),

Page 3 of 3

Item 12 – Dry Carpet Cleaner, HOST Liberator Extractor Vacuum @ $5,060.05 each

b. CYPRESS SUPPLY, INC. 668 FLORIDA CENTRAL PARKWAY LONGWOOD, FL 32750 OWNER/OFFICER: JAMES STREICH, PRESIDENT Awarded Group One – Orbital Technology Auto Scrubbers Equipment Item 1 – Industrial Auto Scrubber, Tomcat Micromini 164-24TE @ $6,427.20 each Item 3 – Industrial Scrubber, Tomcat 28” Carbon 175-28TE @ $9,057.06 each Item 4 – Micro-Rider Scrubber, Tomcat 28” PRO-HD 545-28TE @ $12,407.20 each

2. AUTHORIZE Procurement Management Services to purchase

up to a total estimated amount of $6,000,000, for the initial contract term of three (3) years, and an amount not to exceed $2,000,000, for each subsequent one (1) year extension period(s). Board authorization of this recommendation does not mean the amounts shown will be expended.

RS/mv

Page 5: Miami-Dade County Public Schools - COMMITTEE: FISCAL ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2020_10...mutual agreement between Miami-Dade County Public Schools and the awardee(s),

Page 1 of 3

E-142

Office of Superintendent of Schools October 7, 2020 Board Meeting of October 21, 2020 Financial Services Mr. Ron Y. Steiger, Chief Financial Officer SUBJECT: AWARD INVITATION TO BID NO. ITB-19-050-MJ –

TRANSMISSIONS - FACTORY REBUILT

COMMITTEE: FISCAL ACCOUNTABILITY & GOVERNMENT RELATIONS

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 (“ITB”) is to establish a contract to purchase factory rebuilt transmissions for the Department of Transportation of Miami-Dade County Public Schools. This is a term bid which states that the Board may purchase quantities, as needed and is not obligated to purchase any guaranteed amount. This ITB was advertised on the Procurement Management Services’, Bidsync and Demandstar websites. The solicitation was shared with the District offices for additional community outreach, including but not limited to social media, local radio stations and prior bid forecasting lists. The initial term of the bid shall be for a two (2) year period, commencing October 21, 2020 through October 20, 2022 and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidders, be extended for three (3) additional one (1) year periods. At the time of contract extension, additional vendors may be added and/or removed, at the discretion of the District. Strategies were employed to increase SBE/MBE (Small/Micro Business Enterprise) participation. The Goal Setting Committee recommended that this solicitation be open.

One (1) vendor responded to this solicitation. Based on the criteria listed in the ITB, the contract shall be awarded to one (1) vendor. In FY 2019-2020, the District spent $375,134.27 on factory rebuilt transmissions for school board vehicles. This solicitation allows for an estimated savings of 22.98% for the District. M-DCPS OEO staff verified the Small, Micro, Veteran and/or M/WBE certification status of the prime firm and all subcontractors. Fund Source General

Page 6: Miami-Dade County Public Schools - COMMITTEE: FISCAL ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2020_10...mutual agreement between Miami-Dade County Public Schools and the awardee(s),

Page 2 of 3

RECOMMENDED: That The School Board of Miami-Dade County, Florida:

1. AWARD INVITATION TO BID NO. ITB-19-050-MJ – TRANSMISSIONS – FACTORY REBUILT, a contract, at firm service charges, with vendors that will provide factory rebuilt transmissions for the Department of Transportation for Miami-Dade County Public Schools, with an initial effective date of October 21, 2020 through October 20, 2022, 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:

GROUP 1

RELIABLE TRANSMISSION SERVICE, INC. 6613 78TH STREET SOUTH RIVERVIEW, FL 33578 OWNER/OFFICER: GARY H. PHILLIPS, PRESIDENT Item 1 - Allison Retran® Transmission, year 2005, Model 3000 PTS @ $5,085/each Core Charge @ $3,500/each Remove & Replace Flat Labor Charge @ $1,200/each Item 2 – Allison Retran® Transmission, year 2003 and UP, Model AT-20000 Series, Electronic @ $3,088/each Core Charge @ $3,200/each Remove & Replace Flat Labor Charge @ $1,200/each Item 3 – Allison Retran® Transmission, year 2007 and UP, Model MD3060, Electronic @ $5,085/each Core Charge @ $3,500/each Remove & Replace Flat Labor Charge @ $1,200/each Item 4 – Transmission, Rebuilt, year 2007-2012 Vision 2500-PTS Allison (6SP) Allison Generation (4) @ $3,088/each Core Charge @ $3,200/each Remove & Replace Flat Labor Charge @ $1,200/each

GROUP 2

RELIABLE TRANSMISSION SERVICE, INC. 6613 78TH STREET SOUTH RIVERVIEW, FL 33578 OWNER/OFFICER: GARY H. PHILLIPS, PRESIDENT

Page 7: Miami-Dade County Public Schools - COMMITTEE: FISCAL ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2020_10...mutual agreement between Miami-Dade County Public Schools and the awardee(s),

Page 3 of 3

Item 1 – Transmission, year 2005, Model 3000 PT @ $2,500/each Core Charge @ $3,000/each Remove & Replace Flat Labor Charge @ $1,200/each Item 2 – Transmission, year 1994-1998, Model AT-545, Engine T444 E, RPM’s 2,6000 with new electronic modulation @ $1,200/each Core Charge @ $1,000/each Remove & Replace Flat Labor Charge @ $1,200/each Item 3 – Transmission, year 2000, Model AT-545 with new electronic modulation, Engine 3126B CAT @ $1,200/each Core Charge @ $1,000/each Remove & Replace Flat Labor Charge @ $1,200/each Item 4 – Transmission, year 2003 and UP, Model AT-2000 Series, electronic @ $2,750/each Core Charge @ $2,500/each Remove & Replace Flat Labor Charge @ $1,200/each Item 5 – Transmission, year 2007 and UP, Model MD3060, electronic @ $2,500/each Core Charge @ $3,000/each Remove & Replace Flat Labor Charge @ $1,200/each Item 6 – Transmission, Rebuilt, year 2007-2012 Vision 2500-PTS Allison (6SP) Allison Generation (4) @ $2,500/each Core Charge @ $2,500/each Remove & Replace Flat Labor Charge @ $1,200/each

2. AUTHORIZE Procurement Management Services to purchase, up

to the total estimated amount of $830,000 for the initial contract term and an amount not to exceed $415,000 for each subsequent one (1) year extension period. Board authorization of this recommendation does not mean the amount shown will be expended.

Page 8: Miami-Dade County Public Schools - COMMITTEE: FISCAL ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2020_10...mutual agreement between Miami-Dade County Public Schools and the awardee(s),

Page 1 of 2

Office of Superintendent of Schools October 7, 2020

Board Meeting of October 21, 2020

Financial Services Mr. Ron Y. Steiger, Chief Financial Officer SUBJECT: AWARD INVITATION TO BID NO. ITB-19-055-MC- PLASTIC

CAN LINERS

COMMITTEE: FISCAL ACCOUNTABILITY & GOVERNMENT RELATIONS

LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES

Procurement Management Services, at the request of Plant Operations, released the above-referenced solicitation. The purpose of this Invitation to Bid (“ITB”) is to establish a contract, at firm unit prices, for the purchase of plastic can liners, as needed for Stores and Mail Distribution stock for Miami-Dade County Public Schools. This ITB was advertised on the Procurement Management Services’ and DemandStar websites. The solicitation was shared with District offices for additional community outreach, including but not limited to social media, local radio stations and prior bid forecasting lists.

The initial term of the bid shall be for (1) one year from the date of award, and may, by mutual agreement between Miami-Dade County Public Schools and the awardee(s), be extended for (2) two additional (1) one-year period and, if needed, 90 days beyond the expiration date of the current contract period. Procurement Management Services, may, if considering extending, request a letter of intent to extend from the awardee(s), prior to the end of the current contract period. All prices shall be firm for the term of the contract. The successful vendor(s) agrees to this condition by signing this bid. Strategies were employed to increase certified vendor participation. The Goal Setting Committee recommended that this solicitation have a 5% goal for certified vendors. Eleven (11) vendors responded to this solicitation. Based on the criteria listed in the ITB, the contract shall be awarded to two (2) vendors, of which, one (1) is MWBE certified. In FY 2019-2020, the District spent $719,694.23 on plastic can liners. This FY 2020-2021 an estimated savings of 14% is expected. M-DCPS OEO staff verified the Small, Micro, Veteran and/or M/WBE certification status of the prime firm and all subcontractors. Fund Source General

E-143

Page 9: Miami-Dade County Public Schools - COMMITTEE: FISCAL ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2020_10...mutual agreement between Miami-Dade County Public Schools and the awardee(s),

Page 2 of 2

RECOMMENDED: That The School Board of Miami-Dade County, Florida:

1. AWARD INVITATION TO BID NO. ITB-19-055-MC – PLASTIC CAN LINERS, to establish a contract, at firm unit prices, for the purchase of plastic can liners, as needed for Stores and Mail Distribution stock for Miami-Dade County Public Schools. with an initial effective date of October 21, 2020 through October 20, 2021 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 extension periods and, if needed, 90 days beyond the expiration date of the current contract period thereto, as follows: A. CENTRAL POLY

2400 BEDIE PLACE LINDEN, NJ 07036 OWNER/OFFICER: ANDREW HOFFER, PRESIDENT Item 1: 2000674 @ $10.40 p/case Item 4: 2000738 @ $13.20 p/case

B. EAST CONTINENTAL SUPPLIES MWBE

7955 W 20TH AVENUE HIALEAH, FL 33014 OWNER/OFFICER: CLAUDIA CARBONELL, MGRM HISPANIC AMERICAN Item 2: 2000685 @ $12.41 p/case Item 3: 2000764 @ $26.48 p/case Item 5: 2000743 @ $14.04 p/case

2. AUTHORIZE Procurement Management Services to award the

Contract to provide plastic can liner services, subject to availability of funding, for the initial contract term, and for each subsequent extension period. Board authorization of this recommendation does not guarantee any estimated quantities will be purchased.

Page 10: Miami-Dade County Public Schools - COMMITTEE: FISCAL ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2020_10...mutual agreement between Miami-Dade County Public Schools and the awardee(s),

Page 1 of 3

Office of Superintendent of Schools October 7, 2020 Board Meeting of October 21, 2020

Financial Services Mr. Ron Y. Steiger, Chief Financial Officer

SUBJECT: AWARD INVITATION TO BID NO. ITB-19-014-HR –

BREAD AND BREAD PRODUCTS COMMITTEE: FISCAL ACCOUNTABILITY & GOVERNMENT RELATIONS

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-referenced solicitation. The purpose of this Invitation to Bid (ITB) is to establish a contract, at firm fixed prices, with qualified firms, for the purchase of fresh delivered bread and bread products for use in the National School Lunch and School Breakfast Programs. The awarded bidder(s) will deliver fresh bread and bread products to all Miami Dade County Public Schools (M-DCPS). This is a term bid which states that the Board may purchase quantities as needed, but is not obligated to purchase any guaranteed amount. This ITB was advertised on the Procurement Management Services’, BidSync and DemandStar websites. The solicitation was shared with the District offices for additional community outreach, and its various media platforms, including but not limited to, social media, local radio stations and prior bid forecasting lists.

The initial term of the bid shall be for three (3) years, commencing October 21, 2020 through October 20, 2023, 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. Potential bidders had the option to submit pricing for eleven (11) items. Bid pricing submitted for seven (7) items resulted in increased costs to the District. As such, the recommendation reflects that Item 2, Pullman Loaf, Whole Grain; Item 3, Pullman Loaf, White Wheat; Item 4, Dinner/Pan Roll, Whole Wheat; Item 6, Hamburger Buns, Whole Wheat; Item 8, Hoagie/Steak-Style Sub Bun, Whole Wheat; Item 10, Slider Roll, Whole Wheat; and Item 11 Slider Roll, White Wheat, be rejected and re-bid at a later date. As a result of negotiations, the District was able to benefit from $26, 750 in cost avoidance by receiving a price match on three (3) of the items being recommended for award.

E-145

Page 11: Miami-Dade County Public Schools - COMMITTEE: FISCAL ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2020_10...mutual agreement between Miami-Dade County Public Schools and the awardee(s),

Page 2 of 3

Strategies were employed to increase SBE/MBE (Small/Micro Business Enterprise) participation. The Goal Setting Committee recommended that this solicitation be open. Two (2) vendors responded to this solicitation. Based on the criteria listed in the ITB, the contract shall be awarded to one (1) primary vendor and one (1) alternate vendor. In FY 2019-2020, the District spent $461,600 on bread products. M-DCPS OEO staff verified the Small, Micro, Veteran and/or M/WBE certification status of the firms.

Fund Source Various RECOMMENDED: That The School Board of Miami-Dade County, Florida:

1. AWARD INVITATION TO BID NO. ITB-19-014-HR - BREAD AND BREAD PRODUCTS, to establish a contract for the purchase of fresh delivered bread and bread products for use in the National School Lunch and School Breakfast Programs, for Miami-Dade County Public Schools. during the term of the bid, with an initial effective date of October 21, 2020 through October 20, 2023 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 extension periods thereto, as follows:

A. PRIMARY FLOWERS BAKING CO. OF MIAMI, LLC LOCAL MAIN OFFICE:

17800 NW MIAMI COURT MIAMI, FL 33169 PRINCIPAL ADDRESS: 1919 FLOWERS CIRCLE

THOMASVILLE, GA 31757

OWNER/OPERATOR: PETER CHAO, VICE PRESIDENT, MIAMI SOUTH

Page 12: Miami-Dade County Public Schools - COMMITTEE: FISCAL ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2020_10...mutual agreement between Miami-Dade County Public Schools and the awardee(s),

Page 3 of 3

Total Low: Item 1, Pullman Loaf, Whole Wheat @ $1.32 each Item 5, Dinner/Pan Roll, White Wheat @ $2.38 per 24 Item 7, Hamburger Buns, White Wheat @ $1.725 per 8 Item 9, Hoagie/Steak-Style Sub Bun, White Wheat, 6 inch @ $1.15 per pack of 6

B. ALTERNATE PROTANO’S BAKERY, LLC 2116 SHERIDAN STREET HOLLYWOOD, FL 33020 OWNER/OPERATOR: SANTIAGO MANFREDI, CEO Second Total Low: Item 1, Pullman Loaf, Whole Wheat @ $1.74 each Item 5, Dinner/Pan Roll, White Wheat @ $1.99 per 24 Item 7, Hamburger Buns, White Wheat @ $1.73 per 8 Item 9, Hoagie/Steak-Style Sub Bun, White Wheat, 6 inch @ $1.81 per pack of 6

2. AUTHORIZE Procurement Management Services to purchase,

up to the total estimated amount of $3,000,000 for the initial contract term, and an amount not to exceed $1,000,000 for each subsequent one (1) year extension period(s). Board authorization of this recommendation does not mean the amount shown will be expended.

RYS/hr

Page 13: Miami-Dade County Public Schools - COMMITTEE: FISCAL ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2020_10...mutual agreement between Miami-Dade County Public Schools and the awardee(s),

Page 1 of 3

Office of Superintendent of Schools October 7, 2020 Board Meeting of October 21, 2020 Financial Services Mr. Ron Y. Steiger, Chief Financial Officer SUBJECT: AWARD REQUEST FOR PROPOSALS NO. RFP-19-010-CM

- RISK MANAGEMENT AND INSURANCE BROKER SERVICES

COMMITTEE: FISCAL ACCOUNTABILITY & GOVERNMENT RELATIONS

LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES At the Board meeting of June 17, 2020, the Board authorized the Superintendent of Schools to issue Request for Proposals (RFP) #19-010-CM for Risk Management and Insurance Broker Services. Procurement Management Services, at the request of the Office of Risk and Benefits Management, released the above-referenced solicitation. The purpose of this Request for Proposal (“RFP”) is to qualify and select a Risk Management and Insurance Broker of Record (broker). This RFP was advertised on the Procurement Management Services’, BidSync and DemandStar websites. The solicitation was shared with District offices for additional community outreach, including but not limited to radio stations and prior bid forecasting lists. The initial term of the contract shall be for a period of five (5) years, commencing January 1, 2021, through December 31, 2025, and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidders, be extended for one (1) additional two (2) year period and if needed, an additional ninety (90) day period beyond the expiration of the renewal period, at the District’s discretion, pending contract negotiations. Strategies were employed to increase SBE/MBE (Small/Micro Business Enterprise) participation. The Goal Setting Committee recommended that this solicitation have 10 points SBE/MBE for prime or subcontractor. The recommended awardee will utilize two subcontractors, of which one is an MBE/MWBE – African American owned firm and one is an SBE certified firm. M-DCPS OEO staff verified the Small, Micro, Veteran and/or M/WBE certification status of the prime firms and all subcontractors.

E-146

Page 14: Miami-Dade County Public Schools - COMMITTEE: FISCAL ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2020_10...mutual agreement between Miami-Dade County Public Schools and the awardee(s),

Page 2 of 3

At the regularly scheduled bid opening of August 4, 2020, responses from the following proposers were received:

• Aon Risk Services, Inc. of Florida • Arthur J. Gallagher Risk Management Services, Inc. dba Gallagher • Marsh USA, Inc.

A Selection Committee meeting advertised through the Office of Citizen’s Information met on September 1, 2020. It was determined and voted upon at this meeting that the three (3) responsive and responsible firms conduct oral presentations before the selection committee conducts a recommendation for award. The second Selection Committee meeting advertised through the Office of Citizen’s Information met on September 4, 2020. The Committee met, reviewed, and evaluated all proposals, obtained information from the independent analysis prepared by the District’s property and casualty insurance consultant, Siver Insurance Consultants, and listened to oral presentations from each of the three (3) proposers. Based on the review and scoring evaluation, the Committee voted in favor of awarding Request for Proposal (RFP) #19-010-CM, Risk Management and Insurance Broker Services to Marsh USA, Inc. Key components considered in the evaluation were the lower overall cost of broker services from Marsh, the SBE/MBE participation, and the innovative approaches to the scope of work. Marsh had the lowest commission rates of the three proposers. Pricing for Marsh USA, Inc. included a fixed 5-year Annual Broker Fee/Commission schedule as detailed below: Property Insurance: 5% NFIP Flood: 21% All Other Coverages: 6% The Marsh proposal also includes 5-year commission savings of $1,235,000 versus the incumbent based upon the premium levels assumed in the RFP process. Additionally, the Marsh proposal provides estimated annual wholesale commission savings of $306,453. RECOMMENDED: That The School Board of Miami-Dade County, Florida:

1. AWARD REQUEST FOR PROPOSALS NO. RFP-19-010-CM - RISK MANAGEMENT AND INSURANCE BROKER SERVICES, effective January 1, 2021, through December 31, 2025, and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidders, be extended for one (1) additional two (2) year extension period and if needed, an additional ninety (90) day period beyond the expiration of the renewal period, at the District’s discretion, pending contract negotiations, with commissions not to exceed the following: Property Insurance: 5%, NFIP Flood: 21%, all other coverages: 6%, as follows:

Page 15: Miami-Dade County Public Schools - COMMITTEE: FISCAL ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2020_10...mutual agreement between Miami-Dade County Public Schools and the awardee(s),

Page 3 of 3

MARSH USA INC. 1560 SAWGRASS CORPORATE PKWY, SUITE 300 SUNRISE, FL 33323 OWNER/OFFICER: WALTER VITERI, SENIOR VICE PRESIDENT SUBCONTRACTOR(S): THE BEACON GROUP, INC. SBE 6001 BROKEN SOUND PARKWAY NW, SUITE 500 BOCA RATON, FLORIDA 33487 OWNER/OFFICER: DONALD DRESBACK, EXECUTIVE VICE PRESIDENT EPIPHANY INSURANCE COMPANY, LLC MBE/MWBE 6073 NW 167 STREET, SUITE C7 HIALEAH, FLORIDA 33015 OWNER/OFFICER: MARTINE MILLER, MANAGER/DIRECTOR AFRICAN AMERICAN OWNED

2. AUTHORIZE Procurement Management Services to negotiate and execute a

contract with Marsh USA Inc. to provide Risk Management and Insurance Broker Services pursuant to the provisions of RFP#19-010-CM.

Page 16: Miami-Dade County Public Schools - COMMITTEE: FISCAL ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2020_10...mutual agreement between Miami-Dade County Public Schools and the awardee(s),

Page 1 of 2

Office of Superintendent of Schools October 7, 2020

Board Meeting of October 21, 2020

Financial Services

Mr. Ron Y. Steiger, Chief Financial Officer

SUBJECT: AWARD REQUEST FOR PROPOSALS NO. RFP-19-011-CM

- TRANSPARENCY TOOLS FOR M-DCPS HEALTHCARE PLAN

COMMITTEE: FISCAL ACCOUNTABILITY & GOVERNMENT RELATIONS

LINK TO STRATEGIC BLUEPRINT: EFFECTIVE AND SUSTAINABLE BUSINESS PRACTICES

At the Board meeting of June 17, 2020, the Board authorized the Superintendent of Schools to issue Request for Proposals (RFP) #19-011-CM for Transparency Tools for M-DCPS Healthcare Plan. Procurement Management Services, at the request of the Office of Risk and Benefits Management, released the above-referenced solicitation. The purpose of this Request for Proposal (“RFP”) is to identify potential vendors who provide telephonic and on-line healthcare transparency services which could identify in-network healthcare providers with the most competitive costs structures, based upon provided claim data from the District’s Administrative Services Only (ASO) vendor, Cigna. The requested transparency service should have a platform which is easy for District employees, retirees and their eligible dependents to use in identifying cost options for providers and facilities, thus allowing for these individuals to make informed decisions with a potential incentive to employees who utilize cost effective providers. This RFP was advertised on the Procurement Management Services’, BidSync and DemandStar websites. The solicitation was shared with District offices for additional community outreach, including but not limited to local radio stations and prior bid forecasting lists. The initial term of the contract shall be for a period of five (5) years, commencing January 1, 2021, through December 31, 2025, and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidders, be extended for one (1) additional two (2) year period and if needed, an additional ninety (90) day period beyond the expiration of the renewal period, at the District’s discretion, pending contract negotiations.

E-147

Page 17: Miami-Dade County Public Schools - COMMITTEE: FISCAL ...procurement.dadeschools.net/bidsol/pdf/nia/nia_2020_10...mutual agreement between Miami-Dade County Public Schools and the awardee(s),

Page 2 of 2

Strategies were employed to increase SBE/MBE (Small/Micro Business Enterprise) participation. The Goal Setting Committee recommended that this solicitation have 10 points for SBE/MBE firms. M-DCPS OEO staff verified the Small, Micro, Veteran and/or M/WBE certification status of the firm. At the regularly scheduled bid opening of July 28, 2020, a response from the following proposer was received:

• Careoperative, LLC dba Healthcare Bluebook A Selection Committee meeting advertised through the Office of Citizen’s Information met on September 11, 2020. The Committee reviewed and evaluated the one proposal received and obtained information from the independent analysis prepared by the District’s consultant, Aon. Based on the review, the Committee voted on consensus in favor of awarding Request for Proposals (RFP) #19-011-CM, Transparency Tools for M-DCPS Healthcare Plan to Careoperative, LLC dba Healthcare Bluebook. The pricing proposal submitted by Healthcare Bluebook included a fixed 5-year Per Employee Per Month (PEPM) rate of $1.25 which is the same as the expiring contract. A key component in the evaluation was the ability to provide a multi-dimensional, integrated analysis of both medical facility and hospital quality by procedure using CMS data as well as safety scores.

RECOMMENDED: That The School Board of Miami-Dade County, Florida:

1. AWARD REQUEST FOR PROPOSALS NO. RFP-19-011-CM -

TRANSPARENCY TOOLS FOR M-DCPS HEALTHCARE PLAN, effective January 1, 2021, through December 31, 2025, and may, by mutual agreement between The School Board of Miami-Dade County, Florida, and the successful bidders, be extended for one (1) additional two (2) year extension period and if needed, an additional ninety (90) day period beyond the expiration of the renewal period, at the District’s discretion, pending contract negotiations, at the annual flat rate of $1.25 per employee per month, as follows: CAREOPERATIVE, LLC DBA HEALTHCARE BLUEBOOK 330 ANKLIN ROAD, SUITE 135A-428 BRENTWOOD, TN 37027 OWNER/OFFICER: SCOTT PADDOCK, CEO

2. AUTHORIZE Procurement Management Services to negotiate and execute a contract with Careoperative, LLC dba Healthcare Bluebook to provide Transparency Tools for M-DCPS Healthcare Plan pursuant to the provisions of RFP#19-011-CM.