title bids and contracts date august 20, 2019...pc-13 amendment to extend dental benefits provider...
TRANSCRIPT
BOARD OF EDUCATION OF HOWARD COUNTY
MEETING AGENDA ITEM
TITLE: Bids and Contracts DATE: August 20, 2019
PRESENTER(S): Douglas Pindell, Purchasing Director
Strategic Call to Action Alignment: Operations and practices are responsive, transparent, fiscally responsible and
accountable, with students at the heart of all decisions.
OVERVIEW:
Exhibit Description Amount
PC-03 ALTERNATIVE TRANSPORTATION SERVICE
FOR SELECT STUDENTS
Riverside Transportation
Freedom Taxi Cab, LLC
TOTAL AWARD AMOUNT $300,000.00
PC-04 ASBESTOS ABATEMENT SERVICES
Asbestos Specialists, Inc.
Sandow Construction, Inc.
TOTAL AWARD AMOUNT $25,000.00
PC-05 STUDENT TRANSPORTATION CONTRACT
REASSSIGNMENT/TRANSFER
Bowen’s Bus Service, Inc. $172,454.40
PC-06 WORKERS’ COMPENSATION EXCESS INSURANCE
Safety National $159,321.00
Continued on next page
PC-Competitive solicitations issued by the Procurement 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.
Superintendent
Karalee Turner-Little Deputy Superintendent
Scott W. Washington
Acting Chief Operating Officer
ACTION
Purchasing Bid Recommendations Page 2
PC-07 ARCHITECT SELECTION FOR THE FOREST RIDGE ELEMENTARY SCHOOL SECURE VESTIBULE RENOVATION
GWWO. Inc. $102,966.00
PC-08 CONSTRUCTION MANAGER SELECTION FOR THE FOREST
RIDGE ELEMENTARY SCHOOL SECURE VESTIBULE RENOVATION
Dustin Construction, Inc. $114,787.00
PC-09 ARCHITECT SELECTION FOR THE GLENWOOD MIDDLE
SCHOOL ENVELOPE
Hord Coplan Macht, Inc. $91,800.00
PC-10 CONSTRUCTION MANAGER SELECTION FOR THE GLENWOOD
MIDDLE SCHOOL ENVELOPE
Oak Contracting, LLC $370,890.00
PC-11 ARCHITECT SELECTION FOR THE LONG REACH HIGH
SCHOOL ENVELOPE
Hord Coplan Macht, Inc. $220,025.00
PC-12 CONSTRUCTION MANAGER SELECTION FOR THE LONG
REACH HIGH SCHOOL ENVELOPE
Oak Contracting, LLC $1,609,388.00
PC-13 AMENDMENT TO EXTEND DENTAL BENEFITS PROVIDER
Delta Dental
Cigna
PC-14 AMENDMENT TO EXTEND VISION BENEFITS PROVIDER
VSP
PC-15 AMENDMENT TO EXTEND STUDENT INFORMATION SYSTEM
Edupoint Educational Systems, Inc. $310,792.00
PC-16 EMERGENCY PLAN DEVELOPMENT SERVICES
University of Maryland Center for Health and Homeland Security $126,121.00
PC-17 MOVING WAREHOUSE PALLET RACK & SHELVING SYSTEM
Allen & Son Moving and Storage, LLC $45,000.00
PC-18 ADAPTIVE ELEMENTARY MATHEMATICS SOFTWARE SOLUTION
Dreambox Learning $80,600.00
PC-19 VISITOR MANAGEMENT SOLUTION
Neopost USA Inc. $190,800.00
Purchasing Bid Recommendations Page 3
PR-05 ONLINE DIGITAL CONTENT PRODUCTS
ABC-CLIO
Britannica
Capstone
Gale
Noodletools
ProQuest
TeachingBooks
Tumbleweed Press
TOTAL AWARD AMOUNT $170,000.00
PR-06 WATER TREATMENT SERVICES
Water Pro, Inc. $75,000.00
PR-07 HVAC REFRIGERATION EQUIPMENT AND PARTS
TOTAL AWARD AMOUNT $500,000.00
PR-08 MICROSOFT PREMIER SUPPORT SERVICES
Microsoft Premier Support Services $102,220.00
Airco Supply, Inc. Chesapeake Systems, LLC
Applied Industrial Technologies, Inc. H.M. Sweeney Company
Boland Trane, Inc. Havtech Parts Division, LLC
Capital Compressor, Inc. United Refrigeration, Inc.
Capp, Inc.
BOE Meeting of August 20, 2019 Exhibit PC-03
Action
ALTERNATIVE TRANSPORTATION SERVICE
FOR SELECT STUDENTS
Bid #019.19.B3
Fact Sheet
1. Bid responses were received from four (4) of the thirty-six (36) companies who were issued a
notification of the bid. Four (4) companies submitted pricing. The bid was posted on the Purchasing
web page and eMaryland Marketplace as required by the State of Maryland.
2. The bid tabulation is attached.
3. The bid establishes a contract with multiple contractors to provide alternative student transportation
services for select students as required by the Howard County Public School System (HCPSS) in
accordance with the bid documents. The bid documents included specific transportation requirements
including, but not limited to, licensing and background checks. The school system currently does not
have a contract in place for this type of service.
4. Alternative student transportation service is based on the need of students to be transported from
various residential, group or individual homes to schools in the Howard County Public School
System and surrounding counties. Transportation services may be required at any one HCPSS facility,
or at multiple facilities, at any given time. Only one contractor will be selected for each trip. Duration
of services will vary depending on support needed for each individual student.
5. The bid documents allow for an award to one or more contractors. It is recommended that the award
be made to Riverside Transportation and Freedom Taxi Cab, LLC. The total contract value is
anticipated to be approximately $300,000.00 annually.
6. The contract period shall be for one year from the date of award and is renewable for five additional
one-year periods at the sole option of HCPSS subject to satisfactory performance and available
funding.
7. Funding is located in the FY20 Operating Budget under multiple programs to include Student
Transportation, Program #6801, subject to appropriate funding.
Bid #019.19.B3 Exibit PC-03
Alternative Transportation Service Action
for Select Students
HopSkipDrive, Inc.Riverside
TransportationZum Services, Inc. Freedom Taxicab, LLC
Rate Per Mile
$26.00 base per mile +
$2.50 per mile $3.50
Base Price $23.00 (0-1 mile) $2.20
per additional mile to Base Sedan
(up to 3 passengers)
$4.95
Attendant Rate Per Mile $0$5.00
$25.00 per Attendent/per Hour, 2
hour minimum$4.95
BOE Meeting of August 20, 2019 Exhibit PC-04
Action
ASBESTOS ABATEMENT SERVICES
Bid #067.19.B3
Fact Sheet
1. Bid responses were received from seven (7) of the thirty-two (32) companies to which invitations to submit
bids were sent. Seven (7) companies submitted prices. The bid was also posted on eMaryland Marketplace
as required by the State of Maryland.
2. See attached Bid Tab.
3. The bid establishes a contract with multiple asbestos abatement firms to establish a fixed price indefinite
quantity contract. Asbestos abatement projects will be conducted in various schools throughout the school
system during spring, summer, and winter breaks. The school system will alternate contractors for each
project as defined in the contract documents. Approximately 90% of abatement performed in the school
system is of the floor tile type.
4. The contract period shall be for one year from date of award and is renewable for five additional one-year
periods at the sole option of the Howard County Public School System subject to satisfactory performance
and available funding.
5. It is recommended that the awards be made to Asbestos Specialists, Inc., and Sandow Construction, Inc.
The total contract value, is anticipated to be less than $25,00.00 annually due to the minimum amount of
asbestos that may be located in school system facilities.
6. Funding is located in the FY20 Operating Budget, Repair of Buildings, Other Contracted Services,
Program #7402
Bid #067.19.B3
Asbestos Abatement Services
Bid Tab
Regular Rate Premium Rate Regular Rate Premium Rate Regular Rate Premium Rate Regular Rate Premium Rate
Floor tile and associated mastic < 500 sq. ft. $6.00 $6.75 $5.00 $5.50 $8.00 $10.00 $4.00 $4.25
Floor tile and associated mastic > 500 sq. ft. $4.75 $5.50 $4.00 $4.50 $6.00 $8.00 $3.50 $3.75
Carpet over floor tile, floor tile and associated mastics < 500 sq. ft. $6.25 $7.00 $6.00 $6.75 $9.00 $11.00 $4.50 $4.75
Carpet over floor tile, floor tile and associated mastics > 500 sq. ft. $5.00 $5.75 $5.00 $5.50 $7.00 $9.00 $4.00 $4.25
Floor tile over floor tile and associated mastics < 500 sq. ft. $6.50 $7.25 $6.50 $7.00 $9.00 $11.00 $4.25 $4.50
Floor tile over floor tile and associated mastics > 500 sq. ft. $6.25 $7.00 $6.00 $6.75 $8.00 $10.00 $4.00 $4.25
Sheet flooring (vinyl, linoleum, etc.) associated underlayment
and mastics < 500 sq. ft. $6.00 $6.75 $7.00 $7.50 $12.00 $14.00 $5.00 $5.25
Sheet flooring (vinyl, linoleum, etc.) associated underlayment
and mastics > 500 sq. ft. $5.00 $5.75 $6.50 $7.00 $10.00 $12.00 $4.00 $4.25
Time and material man/hour $54.00 $70.00 $36.00 $43.00 $85.00 $115.00 $48.00 $58.00
Regular Rate Premium Rate Regular Rate Premium Rate Regular Rate Premium Rate
Floor tile and associated mastic < 500 sq. ft. $6.00 $7.00 $10.42 $12.86 $9.35 $12.50
Floor tile and associated mastic > 500 sq. ft. $6.00 $7.00 $10.82 $14.18 $4.25 $8.00
Carpet over floor tile, floor tile and associated mastics < 500 sq. ft. $7.00 $8.00 $14.12 $18.99 $9.50 $12.75
Carpet over floor tile, floor tile and associated mastics > 500 sq. ft. $7.00 $8.00 $15.74 $20.23 $5.00 $8.00
Floor tile over floor tile and associated mastics < 500 sq. ft. $6.50 $7.50 $14.14 $18.99 $9.50 $12.50
Floor tile over floor tile and associated mastics > 500 sq. ft. $6.50 $7.50 $15.74 $20.23 $5.00 $12.75
Sheet flooring (vinyl, linoleum, etc.) associated underlayment
and mastics < 500 sq. ft. $7.00 $8.00 $10.42 $12.86 $9.00 $12.50
Sheet flooring (vinyl, linoleum, etc.) associated underlayment
and mastics > 500 sq. ft. $7.00 $8.00 $10.82 $14.18 $4.25 $8.00
Time and material man/hour $50.00 $68.00 $102.00 $120.22 $40.00 $58.00
Exhibit PC-04
Action
Asbestos Specialists, Inc.Sandow Construction,
Inc.
Maryland Cleaning &
Abatement
Total Environmental
Concepts, Inc.Goel Services
Retro Environmental, Inc. Barco Enterprises, Inc.
BOE Meeting of August 20, 2019 Exhibit PC-05
Action
STUDENT TRANSPORTATION
CONTRACT REASSSIGNMENT/TRANSFER
Fact Sheet
1. During the term of a bus contract, when a contractor makes the decision to no longer continue to
operate their bus route, the contractor has the ability to transfer their contract for that route to another
bus contractor currently working in the school system.
2. When this event occurs, it is considered a contract assignment where all the rights, duties, obligations
and contract terms and conditions are transferred from one contractor to another. These are business
transactions arranged by the contractors and do not involve the school system.
3. The bus bid process and resulting contract include a provision for the assignment of the contract to
another qualified contractor. For school system contracts, the request to assign a contract is subject to
the approval of the Board of Education. The terms and conditions set forth the requirements that
must be met or factors that are considered prior to the assignment to include:
All requests for transfers will be evaluated by the HCPSS to the best qualified legal entity in
accordance with Policy 4050 Procurement of Goods and/or Services and Policy 5220 School Bus
Contractors and Personnel. Additional factors may include:
1. Experience
2. Satisfactory past and present performance
3. Criminal background investigations
4. Personal and professional references
5. Motor Vehicle Administration record(s)
6. State of Maryland Administration and the Howard County Public School
System (HCPSS) school bus inspection records
7. Garage location
8. Appropriate financial information
9. Personnel
10. Equipment
4. The Board of Education approved the recommendation to award to Charles Coles Jr. the following
three routes:
R0949 (Bid Solicitation # 022.13.B3)
July 1, 2013 - Initial Contract Start Date
June 30, 2025 - Contract Expiration Date
Contract Award Amount: $57,420.00
R1067 (Bid Solicitation # 042.15.B3)
July 1, 2015 - Initial Contract Start Date
June 30, 2027 - Contract Expiration Date
Contract Award Amount: $57,517.20
R1066 (Bid Solicitation # 042.15.B3)
July 1, 2015 - Initial Contract Start Date
June 30, 2027 - Contract Expiration Date
Contract Award Amount: $57,517.20
5. Charles Coles Jr. is requesting the transfer and Bowen’s Bus Service, Inc. has agreed to the transfer
under the terms and conditions of the contract. The total annual value of the contracts being
transferred is $172,454.40.
BOE Meeting of August 20, 2019 Exhibit PC-05
Action
6. One of the major benefits of accepting an assignment is the ability to “lock in” the prior rate structure
with no risk. By rebidding, there is an increased risk that the rate structure will not be as favorable.
The contract performance by Bowen’s Bus Services, Inc. is satisfactory.
7. Therefore, it is recommended that the Board of Education approve the contract to be transferred to
Bowen’s Bus Service, Inc. at the same rates, terms and conditions as awarded. Original contract
pricing is subject to change over the life of the contract due to changes in fuel costs and adjustments
made to routes to serve the school population.
8. Funding is located in the FY20 Operating Budget, Student Transportation, Program #6801.
BOE Meeting of August 20, 2019 Exhibit PC-06
Action
WORKERS’ COMPENSATION EXCESS INSURANCE
Fact Sheet
1. Howard County Public School System self insures its worker’s compensation program. The program,
administered by the Office of Staff Relations, provides centralized medical treatment, incident
investigation, coordination of applicable benefits, and compliance with the state worker’s compensation
law and federal regulations.
2. The State of Maryland Workers’ Compensation Commission requires employers to obtain specific
excess insurance from an A-rated or above insurer. The carrier must be admitted in Maryland and
requires Maryland Workers’ Compensation endorsements in the policy for Cancellation Notice and
Bankruptcy/Insolvency. Maryland Workers’ Compensation Commission approved the school system’s
self-insured retention level of $600,000.00.
3. The Board of Education has under contract RCM&D to provide support and the administrative services
required.
4. As broker for the school system, RCM&D sought proposals from insurance carriers in 2017 to provide
excess workers’ compensation insurance with various deductible levels and associated premiums.
Responses were received from seven firms as noted below. Three firms provided pricing.
Provider Deductible Rate per $100 Annual Premium
Safety National $600,000 $.0277 $151,373
Midwest $600,000 $.0351 $191,812
Midlands $600,000 $.0411 $224,600
State National No pricing submitted
Star Insurance Could not satisfy minimum carrier rating
Arch No pricing submitted
NY Marine No pricing submitted (expressed no interest)
5. RCM&D has reported that the market has hardened and Safety National has kept their renewal rates flat
for the Howard County Public School System. The rates will remain at $.0277 per $100.00 of payroll for
the next two years making the premium $159,321.00 per year, subject to adjustments in final payroll
data.
6. It is recommended that the Board of Education approve the renewal for this coverage with Safety
National with the deductible at $600,000.00 making the premium $159,321.00 per year. The period of
coverage will be two years beginning July 1, 2019 and ending June 30, 2021.
7. Funding shall be provided in the FY20 Operating Budget, Restricted Funds, Workers’ Compensation
Fund, Program #9716.
BOE Meeting of August 20, 2019 Exhibit PC-07
Action
ARCHITECT SELECTION FOR THE FOREST RIDGE
ELEMENTARY SCHOOL SECURE VESTIBULE RENOVATION
Fact Sheet
1. On October 23, 2014, in conformance with Board Policy #6030 for the selection of architects, the
Board of Education (BOE) approved the following list of firms:
GWWO, Inc.
Grimm and Parker
Hord, Coplan, Macht, Inc.
Smolen Emr Ilkovitch Architects
TCA Architects
Stantec Architecture, Inc.
2. The Office of School Construction has been tasked with the renovation of the Forest Ridge
Elementary School vestibule.
3. It is recommended that the BOE accept the proposal from GWWO, Inc. to provide full architectural
services for the Forest Ridge Elementary School Vestibule renovation project.
4. The proposal base fee price of $99,966.00 and reimbursable expenses of $3,000.00 for a total of
$102,966.00 is considered fair and reasonable. Performance by this firm on their last project was
satisfactory. The project was completed on time and on budget.
5. Funding for this project is located in the Capital Budget FY19 Systemic Renovations 0980.
BOE Meeting August 20, 2019 Exhibit PC-08
Action
CONSTRUCTION MANAGER SELECTION FOR THE
FOREST RIDGE ELEMENTARY SCHOOL SECURE VESTIBULE RENOVATION
Fact Sheet
1. On September 11, 2014, in conformance with Board Policy #6030 for the selection of construction
managers, the Board of Education (BOE) approved the following list of firms:
Dustin Construction, Inc.
J. Vinton Schafer & Sons, Inc.
Hess Construction + Engineering Services, Inc.
Lend Lease, Inc.
MBP
Oak Contracting, LLC
2. Dustin Construction, Inc. has submitted a proposal to provide the required Construction Management
Agency Services for the Forest Ridge Elementary School Secure Vestibule Renovation project. The
base proposal of $80,487.00 and reimbursable expenses of $34,300.00 for a total of $114,787.00 is
considered fair and reasonable. Performance by this firm on their last project was satisfactory. The
project was completed on time and on budget.
3. It is recommended that the Board of Education accept the price proposal from Dustin Construction,
Inc. to provide the construction management and related construction services for the Forest Ridge
Elementary School Secure Vestibule Renovation project for a total of $114,787.00.
4. Funding for this project is located in the Capital Budget FY19 Systemic Renovations 0980.
BOE Meeting of August 20, 2019 Exhibit PC-09
Action
ARCHITECT SELECTION FOR THE
GLENWOOD MIDDLE SCHOOL ENVELOPE
Fact Sheet
1. On October 23, 2014, in conformance with Board Policy #6030 for the selection of architects, the
Board of Education (BOE) approved the following list of firms:
GWWO, Inc.
Grimm and Parker
Hord, Coplan, Macht, Inc.
Smolen Emr Ilkovitch Architects
TCA Architects
Stantec Architecture, Inc.
2. The Office of School Construction has been tasked with the repair of the Glenwood Middle School
envelope. A building’s envelope in simplistic terms is the physical separator between the conditioned
and unconditioned environment of a building. The integrity of a building’s envelope is its ability to
keep exterior elements (air, water, extreme temperatures, light and noise) from transferring to the
interior space.
3. It is recommended that the BOE accept the Hord Coplan Macht, Inc. proposal to provide full
architectural services for the Glenwood Middle School envelope.
4. The proposal base fee price of $89,300.00 and reimbursable expenses of $2,500.00 for a total of
$91,800.00 is considered fair and reasonable. Performance by this firm on their last project was
satisfactory. The project was completed on time and on budget.
5. Funding for this project is located in the Capital Budget Systemic Renovations FY19 Forward 1044.
BOE Meeting August 20, 2019 Exhibit PC-10
Action
CONSTRUCTION MANAGER SELECTION FOR THE
GLENWOOD MIDDLE SCHOOL ENVELOPE
Fact Sheet
1. On September 11, 2014, in conformance with Board Policy #6030 for the selection of construction
managers, the Board of Education (BOE) approved the following list of firms:
Dustin Construction, Inc.
J. Vinton Schafer & Sons, Inc.
Hess Construction + Engineering Services, Inc.
Lend Lease, Inc.
MBP
Oak Contracting, LLC
2. The Office of School Construction has been tasked with the repair of the Glenwood Middle School
envelope. A building’s envelope in simplistic terms is the physical separator between the conditioned
and unconditioned environment of a building. The integrity of a building’s envelope is its ability to
keep exterior elements (air, water, extreme temperatures, light and noise) from transferring to the
interior space.
3. Oak Contracting, LLC has submitted a proposal to provide the required Construction Management
Agency Services for the Glenwood Middle School Envelope project. The base proposal of
$322,590.00 and reimbursable expenses of $48,300.00 for a total of $370,890.00 is considered fair
and reasonable. Performance by this firm on their last project was satisfactory. The project was
completed on time and on budget. Oak Contracting, LLC has the capacity to serve as the Construction
Manager for both the Long Reach High School and Glenwood Middle School Envelope projects.
4. It is recommended that the BOE accept the price proposal from Oak Contracting, LLC to provide the
construction management and related construction services for the Glenwood Middle School
Envelope project for a total of $370,890.00.
5. Funding for this project is located in the Capital Budget, Systemic Renovations FY19 Forward 1044.
BOE Meeting of August 20, 2019 Exhibit PC-11
Action
ARCHITECT SELECTION FOR THE
LONG REACH HIGH SCHOOL ENVELOPE
Fact Sheet
1. On October 23, 2014, in conformance with Board Policy #6030 for the selection of architects, the
Board of Education (BOE) approved the following list of firms:
GWWO, Inc.
Grimm and Parker
Hord, Coplan, Macht, Inc.
Smolen Emr Ilkovitch Architects
TCA Architects
Stantec Architecture, Inc.
2. The Office of School Construction has been tasked with the repair of the Long Reach High School
envelope. A building’s envelope in simplistic terms is the physical separator between the conditioned
and unconditioned environment of a building. The integrity of a building’s envelope is its ability to
keep exterior elements (air, water, extreme temperatures, light and noise) from transferring to the
interior space.
3. It is recommended that the BOE accept the Hord Coplan Macht, Inc. proposal to provide full
architectural services for the Long Reach High School envelope repair.
4. The proposal base fee price of $217,025.00 and reimbursable expenses of $3,000.00 for a total of
$220,025.00 is considered fair and reasonable. Performance by this firm on their last project was
satisfactory. The project was completed on time and on budget.
5. Funding for this project is located in the Capital Budget Systemic Renovations FY19 Forward 1044.
BOE Meeting August 20, 2019 Exhibit PC-12
Action
CONSTRUCTION MANAGER SELECTION FOR THE
LONG REACH HIGH SCHOOL ENVELOPE
Fact Sheet
1. On September 11, 2014, in conformance with Board Policy #6030 for the selection of construction
managers, the Board of Education (BOE) approved the following list of firms:
Dustin Construction, Inc.
J. Vinton Schafer & Sons, Inc.
Hess Construction + Engineering Services, Inc.
Lend Lease, Inc.
MBP
Oak Contracting, LLC
2. The Office of School Construction has been tasked with the repair of the Long Reach High School
envelope. A building’s envelope in simplistic terms is the physical separator between the conditioned
and unconditioned environment of a building. The integrity of a buildings envelope is its ability to
keep exterior elements (air, water, extreme temperatures, light and noise) from transferring to the
interior space.
3. Oak Contracting, LLC has submitted a proposal to provide the required Construction Management
Agency Services for the Long Reach High School Envelope project. The base proposal of
$1,368,768.00 and reimbursable expenses of $240,620.00 for a total of $1,609,388.00 is considered
fair and reasonable. Performance by this firm on their last project was satisfactory. The project was
completed on time and on budget. Oak Contracting has the capacity to serve as the Construction
Manager for both the Long Reach and Glenwood School Envelope projects.
4. It is recommended that the BOE accept the price proposal from Oak Contracting, LLC to provide the
construction management and related construction services for the Long Reach High School
Envelope project for a total of $1,609,388.00.
5. Funding for this project is located in the Capital Budget Systemic Renovations FY19 Forward 1044.
BOE Meeting of August 20, 2019 Exhibit PC-13
Action
AMENDMENT TO EXTEND
DENTAL BENEFITS PROVIDER
RFP #050.11.B1
Fact Sheet
1. On June 9, 2011, the Board of Education (BOE) awarded a contract to Delta Dental and Cigna as the
providers of dental care services to the staff and retirees of the Howard County Public School System
(HCPSS).
2. HCPSS offers employees and retirees a self-insured group dental plan (Delta Dental) and a fully insured
Dental HMO Plan (Cigna). The plans are fully paid for through employee and retiree contributions. The
BOE manages the payments of claims and administrative fees to the benefits providers. Approximately
7,300 employees and retirees participate in Delta Dental and approximately 930 employees and retirees
participate in the Cigna DHMO.
3. The BOE awarded a competitive solicitation for the dental care program to begin January 2012 for a total
of eight (8) renewable periods with the services ending on January 2020.
4. With concurrence of the HPCSS Benefits Advisory Committee and Kelly Associates, the school system’s
benefits consultant, the school system intends to issue new Request for Proposals for all health benefit
services beginning in January 2021. This would involve extending the current agreement with Delta
Dental and Cigna for an additional one-year term, to December 2020.
5. Both Delta Dental and Cigna have confirmed that the current pricing plans and fees will remain fixed for
the additional one-year term. The administrative fees for the self-funded Delta Dental plan will be $2.73
per employee. The administrative fee is included in the rate for the fully insured Cigna DHMO. The
current rate for an employee with individual coverage is $7.00 per pay over 20 pay periods.
6. It is recommended that the BOE approve a contract extension under the existing terms and conditions for an
additional one-year term with both Delta Dental and Cigna. The performance and services provided by Delta
Dental and Cigna are satisfactory.
7. Funding is located in the Operating Budget, Internal Service Fund, Health Fund, Program #9715.
BOE Meeting of August 20, 2019 Exhibit PC-14
Action
AMENDMENT TO EXTEND
VISION BENEFITS PROVIDER
RFP #050.11.B1
Fact Sheet
1. On June 9, 2011, the Board of Education (BOE) awarded a contract to VSP as the provider of vision care
services to the staff and retirees of the Howard County Public School System (HCPSS).
2. HCPSS offers employees and retirees a self-insured group vision plan whereby staff may participate in
the managed vision plan. The plan is fully funded by employee and retiree contributions with the BOE
facilitating the payment of the claims and administrative fees. Approximately 5,700 employees and
retirees participate in the vision program.
3. The BOE awarded a competitive solicitation for the vision program to begin January 2012 for a total of
eight (8) renewable periods with the services ending on January 2020.
4. With concurrence of the HPCSS Benefits Advisory Committee and Kelly Associates, the school system’s
benefits consultant, the school system intends to issue new Request for Proposals for all health benefit
services beginning in January 2021. This would involve extending the current agreement with VSP for an
additional one year term to December 2020.
5. VSP has confirmed that the current pricing plans and fees will remain fixed for the additional one-year
term. The administrative fees will be $.87 per employee.
6. It is recommended that the BOE approve a contract extension with VSP under the existing terms and
conditions for an additional one-year term. The performance and services provided by VSP are satisfactory.
7. Funding is located in the Operating Budget, Internal Service Fund, Health Fund, Program #9715.
BOE Meeting of August 20, 2019 Exhibit PC-15
Action
AMENDMENT TO EXTEND
STUDENT INFORMATION SYSTEM
CONTRACT #039.14.B1
Fact Sheet
1. The Student Information System (SIS) manages the Howard County Public School System’s student
registration, grade recording and reporting, attendance, scheduling, summer school, Home Hospital,
Innovative Pathways and JumpStart program functions. The SIS generates and provides data necessary for
state and federal reporting, is the system of record for student data across many programs, and integrates with
several systems such as Food and Nutrition, Tienet, Canvas, and Naviance.
2. The Board of Education (the Board) awarded a competitive solicitation for a Student Information System that
included a perpetual software license, implementation, professional services, training, and
maintenance to Edupoint Educational Systems, Inc. in September 2014.
3. The current contract term is for a period of five years, subject to annual appropriation of funding and
satisfactory performance. The contract is scheduled to end September 4, 2019.
4. Edupoint Educational Systems, Inc. has provided continual enhancements and other upgrades to their system
over the past five years and will continue to do so over the course of the next contract term. Some examples
include improved usability and navigation enhancements to TeacherVue and ParentVue. Senior staff from the
Division of School Management and Instructional Leadership, the Division of Academics, Research and
Program Evaluation, and school staff have expressed their support for continued use of the software system.
5. The offices of the General Counsel and Data Privacy have reviewed and approved the agreement.
6. It is requested and recommended that the Board approve a contract extension with Edupoint Educational
Systems, Inc. under the existing terms and conditions for an additional five-year term, subject to annual
appropriation of funding and satisfactory performance. Annual maintenance costs are as follows:
Item FY20** FY21 FY22 FY23 FY24 Total Projected Annual Renewal $ 310,792 $ 387,577 $ 397,265 $ 407,199 $417,377
** A cost proration will be applied as the contract dates are aligned with the other enterprise application
systems.
7. Funding is located in the Operating Budget, Enterprise Applications, Program #0503.
BOE Meeting of August 20, 2019 Exhibit PC-16
Action
EMERGENCY PLAN DEVELOPMENT SERVICES
Fact Sheet
1. The Office of Safety and Security is developing coordinated comprehensive emergency response plans
for the schools and offices of the Howard County Public School System.
2. The Office of Safety and Security desires the services of knowledgeable and experienced firms to
provide the guidance and strategic direction regarding the following items:
a) Develop, coordinate, and implement plans that support the school system’s emergency
management program.
b) Provide guidance on the strategic direction of planning efforts included, but not limited to:
industry best practices, Presidential Policy Directive / PPD-8, National Preparedness, Federal
Emergency Management Agency (FEMA) Comprehensive Preparedness Guides (GPG), and any
other guidance from the Department of Homeland Security (DHS).
c) Support operations of the Emergency Operations Center as needed.
d) Perform other duties as necessary to support the Office of Safety and Security.
3. The University of Maryland Center for Health & Homeland Security submitted a proposal to provide the
necessary services, expertise and resources to satisfy the desired outcomes. The total cost for the services
will be $126,121.00.
4. The term of the agreement will be for one year ending on June 30, 2020.
5. It is recommended that the Board of Education approve the proposal and contract with the University of
Maryland Center for Health and Homeland Security for the total amount of $126,121.00.
6. Funding shall be provided in the FY20 Operating Budget, Office of Safety and Security, from the
Maryland Center for Safe Schools Grant, MD Safe Schools, Program #7401.
BOE Meeting of August 20, 2019 Exhibit PC-17
Action
MOVING WAREHOUSE PALLET RACK
& SHELVING SYSTEM
Bid #007.20.B3
Fact Sheet
1. Bid responses were received from four (4) of the companies to which invitations to bid were sent. The
bid was also posted on eMaryland Marketplace as required by the State of Maryland.
2. The bid establishes a contract to provide all labor, supervision, and materials for the dismantling
of existing warehouse pallet rack and shelving systems at the current warehouse location and
relocating, and reassembling the pallet rack and shelving systems at the new HCPSS warehouse.
3. The bid requested pricing for the dismantling, moving, and reassembling of the existing Husky
pallet rack system (Base Bid 1), and the dismantling, moving, and reassembling of the existing
commercial shelving system (Base Bid 2).
4. It is recommended that award be made to Allen & Son Moving and Storage, LLC, the lowest
responsive and responsible bidder, for Base Bid Price 1 & 2, for the total amount of $45,000.00.
5. Funding is located in the FY20 Operating Budget, Warehouse, Program #7301 .
Bid Tab Exhibit PC-17
Bid #007.20.B3 Action
Moving Warehouse Pallet Rack & Shelving Systems
Everything Warehouse of
Baltimore, LLCLeDoux Industries, Inc.
Allen & Son Moving
and Storage
Conveyor Handling
CompanyBase Bid Base Bid Base Bid Base Bid
1 Complete installed cost for the dismantling of
existing warehouse pallet rack systems at the
HCPSS Warehouse
$35,075.20 $45,000.00 $25,000.00 $26,580.00
Base Bid Base Bid Base Bid Base Bid
2 Complete installed cost for the dismantling of
existing shelving systems at the HCPSS
Warehouse.
$13,094.84 $43,200.00 $20,000.00 $28,990.00
BOE Meeting of August 20, 2019 Exhibit PC-18
Action
ADAPTIVE ELEMENTARY MATHEMATICS SOFTWARE SOLUTION
RFP #064.15.B1
Fact Sheet
1. A Request for Proposal (RFP) was prepared and issued to obtain proposals from qualified firms to
provide the Howard County Public School System (HCPSS) with an Adaptive Elementary Mathematics
Software Solution to support instruction for elementary school students PreK – 5.
2. HCPSS plans to purchase a web-based/cloud based Adaptive Elementary Mathematics Software Solution
for elementary mathematics for thirteen (13) Title I schools to support instruction. The solution is
student-centered and easy for elementary students to use, uses instructional strategies that align with best
practices for elementary instruction, and aligns with the HCPSS elementary mathematics curriculum. The
elementary mathematics curriculum is aligned with the Maryland College and Career Ready Standards.
The solution assesses student understanding and reports data to teachers, administrators, and parents.
3. The RFP was posted on the HCPSS Purchasing website and on eMaryland Marketplace as required by
the State of Maryland. Proposals were received from six of the companies to which invitations to bid
were sent.
Curriculum Associates
Dreambox Learning
Imagine Learning
Istation
McGraw Hill
Moby Max
4. The evaluation committee was composed of the following stakeholders: Connie Conroy (Elementary
Mathematics Resource Teacher), Kelly Healey (Mathematics Support Teacher, Bollman Bridge
Elementary School), Olga Lloyd (Teacher, Running Brook Elementary School), and Audra Agnelly
(Learning Management System Administrator). The proposal was evaluated for technical capabilities and
pricing in accordance with RFP requirements.
5. It is recommended that the Board of Education award a contract to Dreambox Learning.
6. The initial contract term shall be for one (1) year with the option to renew for four (4) additional one-year
periods at the sole option of the school system pending successful performance and availability of
funding.
7. The annual cost of licenses for thirteen (13) schools is anticipated to be $80,600.00 ($6,200.00 per
school).
8. Funding is located in the FY19-20 Title I Grant allocated for each Title I school.
BOE Meeting of August 20, 2019 Exhibit PC-19
Action
VISITOR MANAGEMENT SOLUTION
RFP #059.19.B5
Fact Sheet
1. A Request for Proposal (RFP) was prepared and issued to obtain proposals from qualified firms to provide the
Howard County Public School System (HCPSS) with a Visitor Management Solution that screens for registered
sex offenders and can utilize custom “red flag” alerts to assist with the management of custody issues and other
similar student protection practices.
2. HCPSS plans to replace existing end-of-life Lobbyguard visitor management kiosks in all 76 schools with new
kiosks through a phased approach as funds allow. Existing units will continue to be maintained to keep them
operational until replaced.
3. The RFP was posted on the HCPSS Purchasing website and eMaryland Marketplace as required by the State of
Maryland. Proposals were received from seven companies.
Advanced Computer Solutions Group, Inc.
Computer Enhancement Systems, Inc.
Ident-A-Kid Services of America, Inc.
Neopost USA Inc.
Raptor Technologies, LLC
ScholarChip Card, LLC
Summit Industries Corporation, dba School Check IN
4. The evaluation committee was composed of the following stakeholders: Thomas McNeal (Director Safety,
Emergency Preparedness & Response), Kevin Burnett (Investigation/Security Officer), Alan Moss (Safety &
Security Planning Manager), Cathleen Mascaro (Administrative Secretary II, Safety, Emergency Preparedness
& Response), and Jenny Elam (Information Technology). The proposal was evaluated for technical capabilities
and pricing in accordance to RFP requirements.
5. Based on the recommendation of the committee, HCPSS requested Best and Final Offers from the two
companies with the highest ranked scores, Summit Industries Corporation, dba School Check IN and Neopost
USA Inc. Best and Final Offers include all necessary maintenance through the initial five (5) year contract
term. Best and Final Offers are as follows:
6. It is recommended that the Board of Education award a contract to Neopost USA Inc. Neopost is a distributor of
Lobbyguard, now a division of Raptor Technologies, as the company was acquired by Raptor in June 2019. An
award to Neopost permits uninterrupted security services as HCPSS will be able to manage one unified
system on a single platform as the new units are phased in through the life of the contract as funding
becomes available. The school system is satisfied with the performance of Lobbyguard.
7. The initial contract term shall be for five (5) years. HCPSS may solely authorize three (3) additional one-year
terms pending successful performance and availability of funds.
8. The initial annual expenditure for FY20 is anticipated to be $130,000.00. Subsequent units will be purchased as
funding becomes available. The annual expenditure for maintenance of the 76 existing units is $60,800.00 per
year ($800/each). As existing units are replaced, Neopost will cease maintenance charges. The maintenance cost
has remained unchanged over the previous five (5) years.
Company Best and Final Offer
Summit Industries Corporation, dba School Check IN $5,995.00 each
Neopost USA Inc. $8,980.00 each
BOE Meeting of August 20, 2019 Exhibit PC-19
Action
9. Funding is located in the State of Maryland’s fiscal year 2020 Safe Schools Fund Grant #C-1-25.191329, or
other funding sources should they become available. Funding for continued maintenance of existing units is
located in the Operating Budget, Technology Services, Program #9714.
BOE Meeting of August 20, 2019 Exhibit PR-05
Action
ONLINE DIGITAL CONTENT PRODUCTS
Fact Sheet
1. The MDK12 Digital Library is a digital content purchasing consortium which the Maryland State
Department of Education (MSDE) created in 2002 to serve all 24 school districts and approximately
100 non-public schools. Members have access to online subscription databases and electronic library
resources (e.g. programs, services, or platforms) from numerous digital content providers, promoting
greater equity of access, cost savings, shared professional development, and effective partnerships
among school librarians. On behalf of MDK12 Digital Library, Montgomery County Public Schools
(MCPS) has entered the consortium into a contract with 24 digital content providers.
2. As a member of the consortium, the Howard County Public School System has access to this
agreement allowing the school system’s Media Program to purchase selected subscriptions to online
resources that support K-12 students, teachers, and parents. Access to selected resources has been
integrated into the curriculum. HCPSS selected resources are as follows:
Company Product
ABC-CLIO American Government
ABC-CLIO American History
Britannica Britannica Package
Capstone PebbleGo Bronze Package: Animals, Biographies,
Science, Social Studies, and Dinosaurs
Gale Opposing Viewpoints in Context
Gale Science in Context
Noodletools NoodleTools
ProQuest MDK12 Bundle - SIRS, Knowledge Source, etc.
(now called SIRS Issues Researcher)
ProQuest SIRS Discoverer
ProQuest CultureGrams
TeachingBooks TeachingBooks.net
Tumbleweed Press Tumblebooks
3. It is recommended that the Board of Education approve the use of the MDK12 Digital Library
Contract #1155.4 - MDK12 Digital Library Project, managed by MCPS, for the purchase of online
digital resource subscriptions through the life of the MCPS contract. The contract has an initial term
of three years and is renewable for three additional one-year periods through June 30, 2025.
4. The Fiscal Year 2020 anticipated expenditure for the purchase of selected resources through MDK12
Digital Library contract is expected to be approximately $170,000.00.
5. Funding is located in the Operating Budget, Library Media Program #1501, Maintenance-Software.
BOE Meeting of August 20, 2019 Exhibit PR-06
Action
WATER TREATMENT SERVICES
Fact Sheet
1. The Building Services Department requests the approval to utilize Waterpro, Inc. for water treatment
services at facilities within the school system on an annual basis.
2. Waterpro, Inc, is under contract with Frederick County Public Schools, Contract #17M3-Water
Testing-Treatment-HVAC Services, effective until August 31, 2021.
3. It is recommended that the Board of Education approve Building Services to utilize this contract to
award Water Pro, Inc. for water treatment service at school facilities for the total annual amount of
$75,000.00. By utilizing this contract, time and the administrative cost of bidding will be saved.
4. Funding has been allocated in the FY20 Operating Budget, Repair of Buildings, Program #7602.
BOE Meeting of August 20, 2019 Exhibit PR-07
Action
HVAC REFRIGERATION EQUIPMENT AND PARTS
Fact Sheet
1. The Building Services Department requests the approval to utilize Montgomery County Public Schools
(MCPS) Contract No. 4035.7 to purchase HVAC refrigeration equipment and parts for the school
system on an as needed basis.
2. MCPS Contract 4035.7, HVAC Refrigeration Equipment and Parts, is effective from January 8, 2019
to February 12, 2020 and has the ability to renew at the existing prices, terms and conditions for three
additional one-year periods. The contract expires February 12, 2023.
3. It is recommended that the Board of Education approve the Building Services Department to utilize the
following companies awarded Contract #4035.7 to purchase HVAC refrigeration equipment and parts
for an estimated total of $500,000.00 annually. By utilizing this contract, time and the administrative
cost of bidding will be saved.
Airco Supply, Inc. Chesapeake Systems, LLC
Applied Industrial Technologies, Inc. H.M. Sweeney Company
Boland Trane, Inc. Havtech Parts Division, LLC
Capital Compressor, Inc. United Refrigeraton, Inc.
Capp, Inc.
4. Funding is allocated in the FY20 Operating Budget, Repair of Buildings, Program #7602.
BOE Meeting of August 20, 2019 Exhibit PR-08
Action
MICROSOFT PREMIER SUPPORT SERVICES
Fact Sheet
1. The Howard County Public School System (HCPSS) utilizes the Microsoft suite of software products
for office productivity throughout the district. The suite of products includes Microsoft Office, e-mail,
numerous back-end server applications, and security authorization. Microsoft Premier Support
Services provides HCPSS with comprehensive support of these Microsoft products.
2. The Department of Information Technology intends to utilize the Maryland Education Enterprise
Consortium (MEEC) contract MSA#U8720739 to purchase Microsoft Premier Support Services. The
contract is an evergreen contract that commenced July 6, 2017 and automatically renews each year
until canceled by either party.
3. It is recommended that the Board of Education approve the purchase of Microsoft Premier Support
Services through the MEEC contract through the life of the contract at the sole discretion of HCPSS
subject to need, renewal authorization and available funds.
4. The projected annual cost is $102,220.00 with growth not to exceed 10% annually.
5. Funding is located in the FY20 Operating Budget, Technology Services, Program #9714.