• No results found

JACKSON PUBLIC SCHOOL DISTRICT. Jackson, Mississippi. Date: June 24, 2014

N/A
N/A
Protected

Academic year: 2021

Share "JACKSON PUBLIC SCHOOL DISTRICT. Jackson, Mississippi. Date: June 24, 2014"

Copied!
13
0
0

Loading.... (view fulltext now)

Full text

(1)

JACKSON PUBLIC SCHOOL DISTRICT Jackson, Mississippi

Date: June 24, 2014 Board of Trustees

Jackson Public School District Jackson, Mississippi

Ladies and Gentlemen:

Presented for your review on the attached page(s) are the bid tabulations for the formal bid proposals which were received in response to the bid solicitations indicated below. Bids were publicly advertised and opened according to all legal requirements (Mississippi Code of 1972, §31-7-13). All bids were tabulated, analyzed and based upon compliance with the specifications; the "lowest and best" bids were determined. Recommendations concerning the award of bids received for each bid category are contained on the attached page(s). Please consider recommendations for the following:

Bid Number

Opening Date

Bid Name Re-Bid 2280 06-20-14 Lanier High School Window Restoration Project

Bid 2288 05-12-14 Food Service Gas Combi-Ovens – Requesting to be Rejected Bid 2289 06-06-14 Depository Bid

Bid 2290 06-20-14 Asbestos Floor Tile Removal and Non-Asbestos Floor Cover Replacement at Siwell Middle School (Reject Requested) Bid 2229 06-05-12 Waste Disposal Extension for 2014-2015

Bid 2241 08-14-12 Site Care Services for Jackson Public School Extension for 2014-2015 Bid 2243 09-27-12 Pest Control Service Contract Extension for 2014-2015

It is recommended that the following action be taken by the Board of Trustees:

A. AN ORDER be adopted ratifying the prior solicitation of bid proposals for the equipment, supplies, commodities and/or services in each bid category indicated above.

B. AN ORDER be adopted authorizing the Chief Financial Officer or her designee to issue purchase orders and/or execute contracts and all related documents on behalf of the Board of Trustees to the vendors deemed to have submitted the “lowest and best” bids as indicated on the attached pages.

C. AN ORDER be adopted to reject the bid of bidders who failed to comply with bid requirements, for the reason(s) indicated with each bid category, on the attached pages.

D. AN ORDER be adopted to authorize the informal purchase of items according to all legal requirements and to the extent allowed under the law (Mississippi Code 1972, Annotated, §31-7-13(b)) for which no formal bids were received as indicated in the detailed support documentation on file in the Business Office.

Submitted by: Sharolyn Miller

Chief Financial Officer Recommendation approved by:

Dr. Cedrick Gray

(2)

Information about the Content and Formatting of the Attached Bid Tabulation Sheet(s)

Pursuant to the legal requirements as outlined in the Mississippi Code 1972, Annotated, §31-7-13(d), all bid proposals received were compared to the written bid specifications and the recommendation to purchase or for rejection is indicated on the following pages, as per the manner prescribed below.

Recommendation to Purchase:

The recommendation to purchase from or award a contract to any vendor, is indicated on the attached tabulation sheet(s) by placing “Low Bid” to the right of the vendor’s name/pricing and bolding the information.

Rejection of an Item or an Entire Bid:

The law requires that the District clearly state why in each instance that the lowest bid received is not the recommended “lowest and best” bid. The specific reason that an item or service, or a vendor’s entire bid proposal, must be deemed "irregular" or “non-compliant” with the written bid specifications and therefore cannot be recommended for purchase, is indicated on the attached tabulation sheet(s) by drawing a line through the vendor’s name/pricing and indicating the rejection reason beside the item.

Unit Price Differences Between the Lowest and the “Lowest and Best” Bid:

The unit price of all items is indicated and a difference between the bid unit price of the proposed item being rejected and the unit price of the item being recommended for purchase as the "lowest and best" can easily be computed from the data on the following pages. For each item, please see the attached tabulation sheet(s) for the bid name and number and opening date, item description, unit of measure, quantity purchased, and the unit or total pricing submitted by all vendors offering bid proposals.

Minority Vendor Participation in the Bid Process:

At the direction of the Board, all minority and women owned and operated vendors offering bid proposals are identified on the attached tabulation sheets, for informational purposes only. The following coding has been used:

"M" Minority (Male) owned and operated business

"W" Women (Non-minority) owned and operated business "B" Minority (Women) owned and operated business “N” Non-Minority owned and operated business

(3)

Bid Re-Bid 2280 (06-20-14) – Lanier High School Window Restoration Project

Source of Funds: N/A

Recommendation Per: Pamela Young

Vendor

Location

Base Bid Amount

N Historic Renovations of Yazoo,

Inc.

Yazoo City,

Yazoo

$498,300.84

M New England Contractors, LLC

Jackson, MS

$577,000.00

(4)
(5)
(6)

Bid 2288 (05-12-14) – Food Service Gas Combi-Ovens Source of Funds: 2110-900-3162-000-730-001

Recommendation Per: Mary Hill

Vendor Location Abbreviation

N Douglas Equipment Bluefield, WV Douglas

W Pasco Brokerage, Inc. Plano, TX Pasco

N Associated Food Equipment & Supplies Gulfport, MS Associated N Hotel & Restaurant Supply Jackson, MS Hotel

1. Body Elementary and Murrah High School: Gas Combi-Ovens

Hotel $123,176.00 Rejected

Associated $130,200.00 Rejected

Douglass $132,276.88 Rejected

Pasco $156,300.00 Rejected

2. Whitten Middle School and Wingfield High School: Gas Combi-Ovens

Douglass $74,054.28 Rejected

Pasco $77,400.00 Rejected

Hotel $127,320.00 Rejected

Associated $139,000.00 Rejected

We are requesting that the Board allow the Food Service Department to reject bid #2288 on the grounds that the Combi-ovens did not meet bid specifications.

Bid 2289 (06-06-14) - Depository

Source of Funds: District Maintenance

Financial impact will be based on the utilization of services offered

The Finance Office recommends that the following financial institutions be approved as

depositories for July 1, 2014 through June 30, 2017:

Full-service financial institutions including cash management and treasury functions:

BankPlus

Trustmark National Bank

Only Demand Deposit Accounts at no cost to the District:

BancorpSouth

Renasant Bank

Financial institutions sent bids but did not return a bid include the following:

Liberty Bank

(7)
(8)
(9)

Bid 2229 (June 5, 2012) – Waste Disposal Source of Funds: 1120-900-2644-000-430-001 Effective Dates: July 2012– June 2014 Extension Option: July 2014– June 2015 Recommendation Per: Fred Davis

Vendor Location Abbreviation

N Waste Management of MS, Inc Jackson, MS Waste

M NCS/Waste Pro Jackson, MS NCS

N Allied Waste Services Jackson, MS Allied N Unity Clean-up & Removal Service &

Lawn Maintenance

Jackson, MS Unity

Waste Management of MS, Inc. - Acknowledge No Addendum Unity Clean-up & Removal Service - Acknowledge No Addendum 1.Cost for 8 Cubic Yard Dumpster Pickup

Waste $13.52

NCS $14.80

Allied $15.02

Unity $24.25

Group A – Instructional Facilities - Annual Contract Amount Based on Projected Total of Dumpster Pickups – 17,784

Vendor Year 2012-2013 Year 2013-2014 Year 2014-2015

Waste $252,901.44 $260,488.48 $268,303.14

NCS $263,203.20 $278,995.39 $295,735.11

Allied $267,701.35 $273,055.37 $278,516.47

Unity $419,040.00 $431,611.20 $444,559.53

Group B – Administrative Facilities - Annual Contract Amount Based on Projected Total of Dumpster Pickups – 2,223

Vendor Year 2012-2013 Year 2013-2014 Year 2014-2015

Waste $31,612.68 $32,561.06 $33,537.89

NCS $32,900.40 $34,874.42 $36,966.89

Allied $33,462.66 $34,131.91 $34,814.54

Unity $39,759.00 $40,951.77 $42,180.32

Groups A & B GRAND TOTAL FOR ALL THREE (3) YEARS

Vendor Year 1 Year 2 Year 3

Waste $284,514.12 $293,049.54 $301,841.03

NCS $296,103.60 $313,870.81 $332,702.00

Allied $301,640.01 $307,187.28 $313,331.01

Unity $458,799.00 $472,562.97 $486,739.85

2. Monthly Rental Fee for Roll-Off Containers - Cost Per Month

Waste $0

NCS $0

Allied $0

Unity $186.00

3. Cost for Pickup for Roll-Off Container

Waste $175.00

NCS $240.00

Allied $190.00

(10)

Bid 2241 (08-14-12) – Site Care Services for Jackson Public Schools Effective Date: Sept. 19, 2012 - June 30, 2014

With the Option to Extend 2014 - 2015

Source of Funds: 1120-900-2630-000-337-342 Recommendation: Fred Davis

Vendor Location Abbreviation

M Basic Living Service Jackson, MS Basic

M JTB, LLC Brandon, MS JTB

N The Ground Guy’s Ridgeland, MS Grounds

M Terry’s Landscaping & Lawn Service Jackson, MS Terry’s

M Morris Lawn Service Jackson, MS Morris

M CVP Janitorial & Lawn Services Canton, MS CVP

M Sanders Lawn Service Jackson, MS Sanders

M Venus Does Landscapes Jackson, MS Venus

M Allen Lawn Care Terry, MS Allen

M Total Package Lawn Care Jackson, MS Total

M SAC’s Lawn Care Jackson, MS SAC’s

M Harris Painting & Lawn Service, Inc. Terry, MS Harris M Brighter Days Lawn Service, LLC Jackson, MS Brighter

N Smith Lawn & Landscaping Puckett, MS Smith

M Reed Enterprises Jackson, MS Reed

CENTRAL YEAR 1 2012-2013 YEAR 2 2013-2014 YEAR 3 2014-2015 TOTAL

Morris No Bid No Bid No Bid

Basic No Bid No Bid No Bid

Brighter No Bid No Bid No Bid

JTB (Incomplete bid package) 1,115.00 1,115.00 1,115.00 Venus(Incomplete bid package) 1,129.00 1,129.00 1,129.00 Harris – Lowest & Best Bid 1,350.00 1,350.00 1,350.00 Reed (Poor Performance History) 1,503.24 1,503.24 1,503.24

Sanders 1,600.00 1,600.00 1,600.00

Terry’s (Incomplete bid package) 1,700.80 1,700.80 1,700.80 Total (Poor Performance History) 1,725.00 1,725.00 1,725.00 Allen (Incomplete bid package) 2,099.00 2,099.00 2,099.00 CVP (Incomplete bid package) 2,135.00 2,735.00 3,335.00

Grounds 2,187.00 2,187.00 2,187.00

Smith 2,999.98 2,999.98 2,999.98

SAC’s (Incomplete bid package) 4,425.00 4,425.00 4,425.00

WEST GROUP YEAR 1

2012-2013 YEAR 2 2013-2014 YEAR 3 2014-2015 TOTAL

Basic No Bid No Bid No Bid

Venus No Bid No Bid No Bid

Brighter No bid No Bid No Bid

Harris (Awarded Central Group) 1,700.00 1,700.00 1,700.00 Sanders – Lowest & Best Bid 1,779.00 1,779.00 1,779.00 JTB (Incomplete bid package) 1,795.00 1,795.00 1,795.00 Reed (Poor Performance History) 1,857.60 1,857.60 1,857.60 Total (Poor Performance History) 2,090.00 2,090.00 2,090.00

Morris 2,098.00 2,098.00 2,098.00

Allen (Incomplete bid package) 3,045.00 3,045.00 3,045.00

Grounds 3,466.00 3,466.00 3,466.00

Smith 3,799.99 3,799.99 3,799.99

Terry’s (Incomplete bid package) 3,809.75 3,809.75 3,809.75 CVP (Incomplete bid package) 3,950.00 4,500.00 5,050.00 SAC’s (Incomplete bid package) 5,325.00 5,325.00 5,325.00

(11)

EAST GROUP YEAR 1 2012-2013 YEAR 2 2013-2014 YEAR 3 2014-2015 TOTAL

Basic No Bid No Bid No Bid

Venus No Bid No Bid No Bid

Brighter No Bid No Bid No Bid

JTB (Incomplete bid package) 1,710.00 1,710.00 1,710.00 Harris (Awarded Central Group) 1,785.00 1,785.00 1,785.00 Reed (Poor Performance History) 2,082.32 2,082.32 2,082.32 Sanders (Awarded West Group) 2,124.00 2,124.00 2,124.00 Total (Poor Performance History) 2,265.00 2,265.00 2,265.00 Morris – Lowest & Best Bid 2,395.00 2,395.00 2,395.00 Allen (Incomplete bid package) 2,669.00 2,669.00 2,669.00

Grounds 2,796.00 2,796.00 2,796.00

Smith 3,100.00 3,100.00 3,100.00

CVP (Incomplete bid package) 3,250.00 3,800.00 4,350.00 Terry’s (Incomplete bid package) 3,336.25 3,336.25 3,336.25 SAC’s (Incomplete bid package) 5,175.00 5,175.00 5,175.00

SOUTH GROUP A YEAR 1

2012-2013 YEAR 2 2013-2014 YEAR 3 2014-2015 TOTAL Venus (Incomplete bid package) 999.00 999.00 999.00

JTB (Incomplete bid package) 1,088.00 1,088.00 1,088.00 Harris (Awarded Central Group) 1,160.00 1,160.00 1,160.00 Reed (Poor Performance History) 1,278.04 1,278.04 1,278.04 Sanders (Awarded West Group) 1,470.00 1,470.00 1,470.00 Total (Poor Performance History) 2,035.00 2,035.00 2,035.00 Allen (Incomplete bid package) 2,228.00 2,228.00 2,228.00 Terry’s (Incomplete bid package) 2,885.00 2,885.00 2,885.00 Morris (Awarded East Group) 2,915.00 2,915.00 2,915.00 Smith – Lowest & Best Bid 2,999.99 2,999.99 2,999.99

Grounds 3,005.00 3,005.00 3,005.00

SAC’s (Incomplete bid package) 3,450.00 3,450.00 3,450.00 Brighter (Did not Fulfill Previous

Contract with District)

3,600.00 3,600.00 3,600.00 CVP (Incomplete bid package) 3,625.00 4,025.00 4,425.00 Basic (Incomplete bid package) 4,500.00 4,500.00 4,500.00

SOUTH GROUP B YEAR 1

2012-2013 YEAR 2 2013-2014 YEAR 3 2014-2015 TOTAL

Basic No Bid No Bid No Bid

Venus No Bid No Bid No Bid

Brighter No Bid No Bid No Bid

Harris (Awarded Central Group) 1,840.00 1,840.00 1,840.00 JTB (Incomplete bid package) 1,986.00 1,986.00 1,986.00 Sanders (Awarded West Group) 2,040.99 2,040.99 2,040.99 Reed (Poor Performance History) 2,097.55 2,097.55 2,097.55 CVP (Incomplete bid package) 3,400.00 3,800.00 4,200.00 Total (Poor Performance History) 3,565.00 3,565.00 3,565.00 SAC’s (Incomplete bid package) 4,090.00 4,090.00 4,090.00 Morris (Awarded East Group) 3,980.00 3,980.00 3,980.00 Allen (Incomplete bid package) 4,210.00 4,210.00 4,210.00 Smith – Lowest & Best Bid 4,350.00 4,350.00 4,350.00

Grounds 4,520.00 4,520.00 4,520.00

Terry’s (Incomplete bid package) 5,262.50 5,262.50 5,262.50

NORTH GROUP YEAR 1

2012-2013 YEAR 2 2013-2014 YEAR 3 2014-2015 TOTAL

Basic No Bid No Bid No Bid

Venus No Bid No Bid No Bid

Brighter No Bid No Bid No Bid

(12)

Sanders (Awarded West Group) 2,514.00 2,514.00 2,514.00 Harris (Awarded Central Group) 2,731.00 2,731.00 2,731.00 Reed (Poor Performance History) 3,054.44 3,054.44 3,054.44 Total (Poor Performance History) 3,330.00 3,330.00 3,330.00 Allen (Incomplete bid package) 5,511.00 5,511.00 5,511.00 Morris (Awarded East Group) 5.065.00 5.065.00 5.065.00 CVP (Incomplete bid package) 5,150.00 5,750.00 6,350.00 Smith (Awarded South A & B Groups) 5,300.00 5,300.00 5,300.00 Grounds – Lowest & Best Bid 5,307.00 5,307.00 5,307.00 SAC’s (Incomplete bid package) 5,900.00 5,900.00 5,900.00 Terry’s (Incomplete bid package) 6,888.75 6,888.75 6,888.75

Bid 2243 (09-27-12) – Pest Control Service Contract Source of Funds: 1120-900-2644-000-320-001

Effective Dates: Nov 1, 2012 - June 30, 2013 with the Option to Renew for Two Additional Years Recommendation: Fred Davis

Vendor Location Abbreviation

M Hathorn’s Pest Control Jackson, MS Hathorn’s M Deerfield Pest Control, Inc. Jackson, MS Deerfield M Integrated Pest Control Maintenance Jackson, MS Integrated

N Redd Pest Solutions Jackson, MS Redd

N Bay Pest Control Co., Inc. Ocean Springs, MS Bay

Service contract for vendor to provide turnkey professional pest control services at all JPSD facilities for base fiscal year 2012-2013 plus pricing for an optional two additional years. The city was divided into three groups (North, Central, and South) in an attempt to enhance competition.

Group 1 Vendor Base Nov. 1, 2012 thru June 30, 2013 Opt. 1 July 1, 2013 thru June 30, 2014 Opt. 2 July 1, 2014 thru June 30, 2015 Total

Redd No Bid No Bid No Bid No Bid

Integrated $17,343.00 $26,014.00 $26,014.00 $69,371.00 Bay $30,000.00 $30,000.00 $30,000.00 $90,000.00 Deerfield $48,000.00 $48,000.00 $48,000.00 $144,000.00 Hathorn’s $75,000.00 $82,500.00 $90,700.00 $248,200.00 Group 2 Vendor Base Nov. 01, 2012 thru June 30, 2013 Opt. 1 July 1, 2013 thru June 30, 2014 Opt. 3 July 1, 2014 thru June 30, 2015 Total Integrated $20,118.00 $30,177.00 $30,177.00 $80,472.00 Redd $28,880.00 $30,324.00 $31,840.00 $91,044.00 Bay $34,800.00 $34,800.00 $34,800.00 $104,400.00 Deerfield $48,000.00 $48,000.00 $48,000.00 $144,000.00 Hathorn’s $87,000.00 $95,700.00 $105,270.00 $287,970.00 Group 3 Vendor Base Nov. 01, 2012 thru June 30, 2013 Opt. 1 July 1, 2013 thru June 30, 2014 Opt. 2 July 1, 2014 thru June 30, 2015 Total

Redd No Bid No Bid No Bid No Bid

(13)

Bay $30,000.00 $30,000.00 $30,000.00 $90,000.00

Deerfield $48,000.00 $48,000.00 $48,000.00 $144,000.00

Hathorn’s $75,000.00 $82,500.00 $90,700.00 $248,200.00

Combined Groups Grand Total for all Three Years per Vendor

Vendor Combined Groups/Years Total Redd $ 91,044.00 Integrated $ 219,214.00 Bay $ 284,400.00 Deerfield $ 432,000.00 Hathorn’s $ 784,370.00

References

Related documents

Differential Normal Areas in Cylindrical Coordinates.. Differential Length, Area, and Volume.. A.. Differential Length, Area,

The CONTRACTOR and the OWNER do hereby agree that the provisions of Title II of the Americans With Disabilities Act of 1990 (the "ACT") (42 U.S.C. S12101 et seq.),

UPON A motion of Charles Barbour and a second by Douglas Anderson, George Smith voting aye, Peggy Hobson Calhoun voting aye, Ronnie Chappell voting aye, it was RESOLVED to

Deploying services using a service 108. Writing the services.xml

Language (in our case English) and science also receive a great deal of policy attention but school mathematics is uniquely political for several reasons: 1) there is a popular

Forty-one per cent of respondents had left New Deal by the time of Interview, including 12 per Cent with littJe or no recall of the programme, 21 per cent who were Gateway •

The 11 solidification contraction behavior was described using the concept of rigidity in a solidifying 12 alloy, evolution of the solid fraction, and the microstructure

Pursuant to the legal requirements as outlined in the Mississippi Code 1972, Annotated, §31-7-13(d), all bid proposals received were compared to the written bid specifications and