Quantcast

Baltimore City Wire

Thursday, April 18, 2024

Baltimore City Board Of School Commissioners Operations Committee will meet May 15.

Shutterstock 135556811

Baltimore City Board Of School Commissioners Operations Committee will meet May 15.

Board and Staff Discussion 10:00 – 11:30 a.m.

Here is the agenda provided by the Committee:

• 10:00 – 10:20 a.m. Capital Improvement Program (CIP): Year in Review and Year Forward

• 10:20 – 10:40 a.m. Feasibility Study: Patterson/Claremont

• 10:40 – 11:15 a.m. 2018 Comprehensive Educational Facilities Master Plan (CEFMP)

• 11:15 – 11:30 a.m. Procurement

• 11:30 a.m. Next Meetings and Adjournment

Upcoming Procurement Item(s) – For approval at the May 22, 2018 Public Board Meeting

Maryland Association of Boards of Education (MABE)- The Board Executive requests the Board’s approval to pay the dues for City Schools to be a member of the Maryland Association of Boards of Education (MABE). The total cost is $41,089.00. The membership term is July 1, 2018 thru June 30, 2019.

Re-Stream Inc. and District Moving Companies Inc. - The Chief Academic Officer requests the Board’s approval of a competitively bid requirements contract with Re-Stream Inc. and District Moving Companies Inc. for recycling services. The estimated annual amount of the contract is $120,000. The contract term is May 23, 2018 through June 30, 2021.

City of Baltimore - The Chief Financial Officer requests the Board's approval to contract with the City of Baltimore to provide printing and copying services to City Schools. The contract term is July 1, 2018 through June 30, 2021 with two (2) one-year renewal options. The estimated annual amount of the contract is $435,000.00.

Sustainable and Non-Sustainable Cafeteria Products - The Chief Financial Officer requests the Board’s approval of a competitively bid requirements contract with seven (7) vendors to furnish and deliver sustainable and non-sustainable cafeteria products used in school cafeterias. The estimated annual amount is $1,000,000. The five-year contract term is July 25, 2018 through July 24, 2023.

Cole Roofing Company Inc. - The Chief Operating Officer requests the Board's approval of a competitively bid contract with Cole Roofing Company Inc., in the total amount of $454,130.00. The project was included as part of the FY2017 CIP, which was approved by the Board on September 27, 2016. The contract provides roof replacement services at Lakewood Elementary School #86. This price includes base bid item #1 in the amount of $395,830.00, alternate item #1 (replace outriggers) in the amount of $9,000.00, alternate #2 (replace electrical wiring) in the amount of $8,000.00, as well as $41,300.00 project contingency.

Chilmar Corporation - The Chief Operating Officer requests the Board's approval of a competitively bid contract with Chilmar Corporation in the total amount of $267,396.00. The project was included as part of the FY2017 CIP, which was approved by the Board on September 27, 2016. The contract provides elevator replacement services at Windsor Hills PK- 8 School #87. This price includes base bid item #1 in the amount of $247,396.00, as well as $20,000.00 project contingency.

Chilmar Corporation - The Chief Operating Officer requests the Board's approval of a competitively bid contract with Chilmar Corporation, in the total amount of $320,396.00. The project was included as part of the FY2017 CIP, which was approved by the Board on September 27, 2016. The contract provides elevator replacement services at Eutaw Marshburn Elementary School #11. This price includes base bid item #1 in the amount of $263,396.00, alternate #1 (new hydraulic jack assembly) in the amount of $33,000, as well as $24,000.00 project contingency.

Cole Roofing Company Inc.- The Chief Operating Officer requests the Board's approval of a competitively bid contract with Cole Roofing Company Inc., in the total amount of $496,221.00. The project was included as part of the FY 2017 CIP, which was approved by the Board on September 27, 2016. The contract provides roof replacement services at Hampstead Hill Academy #47. This price includes base bid item #1 in the amount of $451,121.00, as well as $45,100.00 project contingency.

Chilmar Corporation - The Chief Operating Officer requests the Board's approval of a competitively bid contract with Chilmar Corporation, in the total amount of $1,207,192.00. The project was included as part of the FY 2017 CIP, which was approved by the Board on September 27, 2016. The contract provides fire alarm replacement services and sprinkler installation services at The Mt. Washington School #221. This price includes base bid item #1 in the amount of $967,396.00, alternate item #1 (emergency generator) in the amount of $150,396.00, as well as $89,400.00 project contingency.

Nichols Contracting - The Chief Operating Officer requests the Board's approval of a competitively bid contract with Nichols Contracting, in the total amount of $283,690.00. The project was included as part of the FY 2017 CIP, which was approved by the Board on September 27, 2016. The contract provides elevator replacement services at William S. Baer Special Education School #301. This price includes base bid item #1 in the amount of $262,690.00, as well as $21,000.00 project contingency.

Walters Relocations Inc.; R & A Movers Inc. ; Apple Transfer, Inc - The Chief Operating Officer requests the Board's approval to extend a competitively bid requirements contract with

Walters Relocations Inc., R & A Movers Inc. and Apple Transfer, Inc for moving and hauling services. The estimated annual amount of the agreement is $400,000. The extended contract term is June 13, 2018 through June 30, 2019. The rates are fixed for the term of the agreement.

Multi Trade Buildings Renovation & Repair Services - The Chief Operating Officer requests the Board's approval to exercise the first of two renewal options of a competitively bid requirements contract to Colossal Contractors Inc., Arundel Builders & Construction, LLC, JLN Construction Services, LLC. and Roy Kirby & Sons Inc. The contract provides multi-trade renovation & repair services. The estimated renewal amount is $450,000.00. The contract term is June 13, 2018 through May 12, 2019. The rates are fixed for term of the agreement.

Colossal Contractors Inc. and C & N Associates, LLC - The Chief Operating Officer requests the Board's approval to exercise the first of two renewal options of a competitively bid requirements contract to Colossal Contractors Inc. and C & N Associates, LLC. The contract will provide gymnasium renovation services based on rates provided in their bid responses. The contract term is June 13, 2018 through June 11, 2019. The estimated cost for an individual service ranges from $500.00 to $25,000.00.

John W. Brawner Contracting Company, Inc - The Chief Operating Officer requests the Board's approval to exercise the first of two renewal options of a competitively bid requirements contract to John W. Brawner Contracting Company Inc. This contract provides major structural renovation and repair services based on actual cost of labor and materials plus a percent (%) mark-up (cost plus). The contract term is June 13, 2018 through March 8, 2019. The estimated cost for an individual service ranges from $2,000.00 to $25,000.00. The estimated annual amount is $50,000.

BMS CAT Inc. - The Chief Operating Officer requests the Board’s approval to piggyback a GSA Federal Acquisition Service Agreement requirements contract with BMS CAT Inc. The contract provides clean-up and restoration services that are typically the result of fire and water damage due to weather, and vandalism. The cost for these services are reimbursable to city schools less a $5,000 deductible. The estimated annual amount is $100,000.00. The contract term is June 13, 2018, through October 31, 2021.

Cintas Corporation - The Chief Operating Officer requests the Board’s approval to increase the requirements contract with Cintas Corporation by $55,000 from $250,000 to $305,000 to provide for the purchase, rental, lease and delivery service of employee uniforms. The increase is necessary to provide additional delivery and pick up services to 178 school cafeterias and warehouse. The original quote from Cintas included centralized pickup and delivery service. The contract term is August 23, 2017 through March 31, 2019.

Written Updates

• Agenda Items were not submitted for this meeting

Next Meeting Date: June 19, 2018

• 21ST Century Schools Update

https://www.boarddocs.com/mabe/bcpss/Board.nsf/files/AYNSCT6E3187/$file/5.15.18%20Operations%20Committee%20Agenda%20updated%205.11.18.pdf

ORGANIZATIONS IN THIS STORY

!RECEIVE ALERTS

The next time we write about any of these orgs, we’ll email you a link to the story. You may edit your settings or unsubscribe at any time.
Sign-up

DONATE

Help support the Metric Media Foundation's mission to restore community based news.
Donate