e|agenda.NET
Sarasota County Schools
THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA
North Port City Hall
4970 City Hall Blvd.
6:30 P. M.

April 17, 2007 Board Meeting


Call To Order (Chair - 6:30 p.m.)
Flag Salute (Elizabeth Eng & Venice High Color Guard)
Special Presentations/Moments of Pride
1. SPECIAL PRESENTATIONS/MOMENTS OF PRIDE
Description
N/A

Recommendation
N/A

Superintendent's Report
2. SUPERINTENDENT'S REPORT
Description
N/A

Recommendation
N/A

Hearing of Citizens
3. HEARING OF CITIZENS
Description
N/A

Recommendation
N/A

Approval of Corrections to Consent Agenda
4. APPROVAL OF CORRECTIONS TO CONSENT AGENDA
Description
N/A

Recommendation
That the Board approves the corrections to the Consent Agenda.

Approval of Consent Agenda
5. APPROVAL OF CONSENT AGENDA
Description
N/A

Recommendation
That the Board approves the Consent Agenda, consisting of items as a whole with action recorded as if it had been taken severalty.

Consent Agenda
APPROVAL OF MINUTES

6. APPROVAL OF MINUTES
Description
N/A

Recommendation

That the April 3, 2007, (Regular Board Meeting) minutes be approved.


APPROVAL OF INSTRUCTIONAL/CLASSIFIED PERSONNEL REPORT

7. APPROVAL OF INSTRUCTIONAL/CLASSIFIED PERSONNEL REPORT
Description
N/A

Recommendation
That the Instructional/Classified Personnel Report be approved.

Attachment: 4-17-07 Board.pdf
Attachment: Copy of Contract Renewal 2007-08.pdf
Attachment: April 17, 2007 Addendum 1.pdf
RATIFICATION OF REASSIGNMENT OF STUDENTS TO SCHOOLS

8. RATIFICATION OF REASSIGNMENT OF STUDENTS TO SCHOOLS
Description

Reassignment of students to schools within the county have been approved by the administration or recommended by the Student Reassignment Appeal Board, in accordance with policies of the School Board.  They are presented for formal ratification.



Recommendation
That the reassignment of students to schools be ratified as presented.

Attachment: rptBoardDate April 17.pdf
GENERAL ITEMS

9. RESCISSION OF RESOLUTION TO ACQUIRE PROPERTY
Description
The administration would like the opportunity to pursue other, more economical, opportunities to provide necessary access to Bay Haven for student drop-off and pick-up and parking.

Recommendation
That the Board rescind the Resolution of the School Board of Sarasota County, Florida re: Acquisition of Property for Bay Haven Elementary School passed by the School Board on January 16, 2007.
AGREEMENTS/CONTRACTS

10. COOPERATION AGREEMENT/MOU BETWEEN 7 PARTICIPATING AGENCIES
Description

This Cooperation Agreement and Memorandum of Understanding is entered into by and between seven participating agencies:  First Step of Sarasota, Inc., Coastal Behavioral Healthcare, Jewish Family and Children's Service, Suncoast Workforce Board/Jobs ETC, Salvation Army, a Georgia Corporation, School Board of Sarasota County through Sarasota County Technical Institute and Sarasota County Health Department as members of the COMMUNITY ALTERNATIVES PROGRAM FOR SUBSTANCE ABUSERS. 



Recommendation
That the Cooperation Agreement/Memorandum of Understanding between the seven participating agencies and the School Board of Sarasota County be approved.

Attachment: SCTI MOU ComAlternProg-Substance Abusrs06-07.pdf
11. APPROVAL OF AGREEMENT WITH SUNCOAST V-TWIN
Description
This agreement will allow for non-paid career technical work experience for ESE Students 15 to 18 year olds, in 10th, 11th, &/or 12th graders from North Port High School to learn the day to day operations of running a business at Suncoast V-Twin.

Recommendation
That the School Board approve the agreement between the Vocational Instructional Program and Suncoast V-Twin, as presented.
FIELD TRIPS

12. APPROVAL OF THE RIVERVIEW HIGH SCHOOL J.R.O.T.C. FIELD TRIP TO HELEN, GEORGIA, ON JUNE 7, 2007 THROUGH JUNE 13, 2007
Description
Cadets will be given the opportunity to demonstrate the practical application of leadership and J.R.O.T.C. skills they were taught during the school year. 

Recommendation

That the Riverview High School J.R.O.T.C. field trip to Helen, Georgia, on June 7, 2007 through June 13, 2007, be approved.  


13. APPROVAL OF SARASOTA HIGH SCHOOL'S MIGHTY SAILOR BAND TRIP TO ATLANTA, GEORGIA
Description

The Mighty Sailor Band of Sarasota High School will perform in Atlanta, Georgia, on April 19, 2007.  This performance will allow the students to be among great bands from the Southeastern United States and to be evaluated by a panel of distinguished band aficionados, including some of the greatest living composers and educators in the field.  The students will also be observing the Atlanta Symphony Orchestra in both rehearsal and performance.



Recommendation
That the Board approves the Sarasota High School's Mighty Sailor Band trip to Atlanta, Georgia, on April 19th, 2007.
EXPULSIONS

14. EXPULSION CASE NO. 07-080
Description

School Board Policy 5.34 (4), permits the Board to hold in abeyance the expulsion of a student if the student participates in a recognized alternative-to-expulsion program.  This student is in violation of her abeyance to the Triad Program and her expulsion reinstated until July 30, 2007.



Recommendation
That the abeyance of Expulsion Case No. 07-080, be rescinded per School Board Policy 5.34(4).

Attachment: EXPULSION CASE NO. 07-080.pdf (Confidential Item) 
MATERIALS MANAGEMENT

15. APPROVAL TO AWARD BID #7095 FOR PLUMBING SERVICES - TIME AND MATERIALS
Description
Bids to provide 'Plumbing Services - Time and Materials' were received from seven vendors on February 7, 2007.  The bids of Aqua Plumbing and Air, Babe's Plumbing, Inc., Circle Plumbing, Inc., and Daniel's Plumbing Service, Inc., were the best low bids meeting the advertised specifications.  The bid of Apollo Construction and Engineering Services, Inc., was non-responsive to the requirement that plumbing services must be the primary business of the Contractor.  This bid is for a period of one year with the option to renew for two additional one-year periods.  The funds for these purchases are contained in the capital budget allocated to the Facilities Services Department.

Recommendation

That the bids of Aqua Plumbing and Air, Babe's Plumbing, Inc., Circle Plumbing, Inc., and Daniel's Plumbing Service, Inc., to provide 'Plumbing Services - Time and Materials' in an amount not to exceed $300,000.00, be approved for award and purchase.

 



Attachment: PlumbSvcTime&Matl7095Rec.pdf
16. APPROVAL TO AWARD BID #7093 FOR BASKETBALL/TENNIS AND PLAYCOURT RESURFACING WITH LINE STRIPING
Description
Bids to provide 'Basketball/Tennis and Playcourt Resurfacing With Line Striping' were received from three vendors on March 13, 2007.  The bid of Stewart Tennis Courts and Fencing, Inc., was the best low bid meeting the advertised specifications.  This bid is for a period of one year with the option to renew for two additional one-year periods.  The funds for these purchases are contained in the capital budget allocated to the Facilities Services Department.

Recommendation

That the bid of Stewart Tennis Courts and Fencing, Inc., to provide 'Basketball/Tennis and Playcourt Resurfacing With Line Striping' in an amount not to exceed $150,000.00, be approved for award and purchase.

 



Attachment: BsktballTennisPlayCourt7093Rec.pdf
17. APPROVAL TO AWARD BID #7104 FOR FIRE SPRINKLER SYSTEM AND FIRE HYDRANT INSPECTION AND REPAIR
Description
Bids to provide 'Fire Sprinkler System and Fire Hydrant Inspection and Repair' were received from five vendors on March 29, 2007.  The bid of Piper Fire Protection, Inc., was the best low bid meeting the advertised specifications.  This bid is for a period of one year with the option to renew for two additional one-year periods.  The funds for these purchases are contained in the capital budget allocated to the Facilities Services Department.

Recommendation

That the bid of Piper Fire Protection, Inc., to provide 'Fire Sprinkler System and Fire Hydrant Inspection and Repair' in an amount not to exceed $50,000.00, be approved for award and purchase.

 



Attachment: FireSprinkler7104Rec.pdf
18. APPROVAL TO AWARD BID #7097 FOR FOOD SERVICE EQUIPMENT AND COMMERCIAL LP OR NATURAL GAS OPERATED APPLIANCE REPAIR
Description

Bids to provide 'Food Service Equipment and Commercial LP or Natural Gas Operated Appliance Repair' were received from five vendors on March 27, 2007.  The bid of Bayside Restaurant Service, Inc., was the best low bid meeting the advertised specifications.  This bid is for a period of one year with the option to renew for two additional one-year periods.  The funds for these purchases are contained in the capital budget allocated to the Facilities Services Department.



Recommendation

That the bid of Bayside Restaurant Service, Inc., to provide 'Food Service Equipment and Commercial LP or Natural Gas Operated Appliance Repair' in an amount not to exceed $30,000.00, be approved for award and purchase.

 



Attachment: FSEquipmentRepair7097Rec.pdf
FACILITIES

19. ACCEPTANCE OF SUBSTANTIAL COMPLETION OF GULF GATE ELEMENTARY STUCCO AND ROOF REPAIR
Description
The contractor has prepared the Certificate of Substantial Completion.  The project is substantially complete in accordance with the contract documents.

Recommendation
That the work performed by Willis A. Smith Construction, Inc., for Gulf Gate Elementary Stucco and Roof Repair, be accepted as substantially complete as of March 19, 2007.

Attachment: 041707SubComGG.pdf
CONSTRUCTION

20. ACCEPTANCE OF SUBSTANTIAL COMPLETION FOR THE OAK PARK SCHOOL - HVAC RENOVATION PROJECT / PHASE 4A
Description

This is one (1) of thirteen (13) phases of the project to achieve completion.  The architect has prepared the Certificate of Substantial Completion.  This phase is only a portion of the contract and is substantially complete in accordance with the contract documents.  There are no final punch list items for this phase of work.



Recommendation
That the work performed by Willis A. Smith Construction, Inc. for the Oak Park School - HVAC Renovation: Phase 4A, be accepted as substantially complete as of 1/15/2007.

Attachment: BAIenc4-17-07OakParkHVAC-Phase4A-SC.pdf
21. APPROVAL OF PHASE III DRAWINGS FOR THE GOCIO ELEMENTARY - RENOVATIONS PROJECT
Description

The estimated cost for this construction at Phase III is $3,261,803.00.  Funds for this project are available in the capital projects budget.  The drawings are available for review at the Construction Services Department and one-half hour prior to the Board meeting.   



Recommendation
That the Phase III Drawings for the Gocio Elementary School - Renovations project be approved as presented.
22. ACCEPTANCE OF GUARANTEED MAXIMUM PRICE PROPOSAL AND APPROVAL OF CONTRACT FOR CONSTRUCTION FOR THE GOCIO ELEMENTARY SCHOOL - RENOVATIONS PROJECT
Description
Under the terms of the 1/2/2007 (Item #22) Board approved "Agreement between Owner and Construction Manager for Pre-Construction and Bidding Services", the Director of Construction Services and a member of the Professional Services Selection Committee (PSSC) have successfully negotiated a contract with Jon F. Swift, Inc. for the Gocio Elementary School - Renovations project.  This contract was negotiated on April 5, 2007.  As indicated, the 1/2/2007 agreement included pre-construction and bidding services only.  This Contract for Construction allows for the actual construction of the referenced project.  The scope shall include construction management services to renovate the HVAC systems in Buildings #1 and #2 including new chiller, thermal energy storage system addition, above ground piping, air side systems, and lighting and electrical distribution at the referenced campus.  Also included is carpet replacement, floor sealing, demountable partition replacement, and upgrade of toilet rooms to comply with current ADA requirements.  The Guaranteed Maximum Price (GMP) of this contract is $3,046,564.00.  This contract, which is the standard document utilized for all of the District's construction contracts, is available for review at the Construction Services Department.  The School Board attorney has approved the use of this GMP proposal acceptance form and contract.  Funds for this contract are available in the project budget.

Recommendation
That the Guaranteed Maximum Price Proposal be accepted as presented and the Contract for Construction for the Gocio Elementary School - Renovations project be approved as presented.

Attachment: Gocio GMP.pdf
23. APPROVAL OF THE BILL OF SALE TO SARASOTA COUNTY FOR THE WASTEWATER COLLECTION SYSTEM AT TATUM RIDGE ELEMENTARY SCHOOL
Description
Sarasota County land development regulations require the ownership of the utility systems be vested with the County.  This item authorizes the transfer of title of these facilities to Sarasota County.  The School Board attorney has reviewed and approved this Bill of Sale.

Recommendation
That the Bill of Sale to Sarasota County for the wastewater collection system at Tatum Ridge Elementary School be approved as presented.

Attachment: BAIenc4-17-07Bill-of-SaleTatumRidgeWstwtrCollctnSys.pdf
24. APPROVAL OF UPDATE #4 TO THE 2006/2007 ANNUAL CERTIFICATION OF PROFESSIONALS FOR CONSTRUCTION RELATED SERVICES
Description

The recommended professionals have submitted annual request for certification by the School Board to provide professional construction related services for Sarasota County School Board projects.  These submissions are in accordance with School Board Policy #7.71.  The initial list was Board approved 10/3/2006 (Item #23).  The newly added firms are identified, on the enclosure, at the end of the initial listing and are in bold print.  Upon Board approval, the pertinent data from these submissions will be incorporated to the existing list. 



Recommendation
That Update #4 to the 2006/2007 Annual Certification of Professionals for Construction Related Services approved as presented.

Attachment: BAIenc4-17-07Update4AnnualCert0607.pdf
25. APPROVAL TO EXTEND MEMBERSHIP TERMS FOR CITIZENS SERVING ON PROFESSIONAL SERVICES SELECTION COMMITTEE
Description

School Board Policy #7.71 states the citizen representatives (Seats #7 & #8) serve one-year terms.  Our current citizens' terms expire 5/2/2007.  In order to conduct the upcoming tasks assigned to the Professional Services Selection Committee (PSSC), it is necessary to extend these terms for an additional one-year period.  The Board has requested that all eight (8) members be in attendance at PSSC meetings whenever possible.  Extension of this current term for another year will allow the flexibility needed to accommodate the Board's request.  



Recommendation
That the extension of membership terms for the citizens serving on the Professional Services Selection Committee (PSSC) be approved as presented.
26. APPROVAL AND/OR RATIFICATION OF CONSTRUCTION SERVICES CHANGE ORDER(S)
Description

The Construction Services Change Order(s) have been summarized on the enclosure for ease of review.  These change order(s) collectively total an increase of $613.13 in contract amounts.



Recommendation
That the Construction Services Change Order(s) be approved and/or ratified as presented.

Attachment: BAIenc4-17-07CSD-CO.pdf
FINANCE

27. APPROVAL OF BOARD CERTIFICATION FOR 2006-2007 CLASSROOMS FOR KIDS PROGRAM
Description
The State of Florida Classrooms for Kids allocation to the School Board of Sarasota County is $3,749.00 and the "Board Certification for 2006-2007 Classrooms for Kids Program" must be approved by the School Board in order for the school district to participate in the program.  The funds will be spent on LaMarque Elementary School.

Recommendation
That the School Board of Sarasota County approve the "Board Certification for 2006-2007 Classrooms for Kids Program" as presented.

Attachment: Classrooms for Kids.pdf
SCHOOL BOARD RULES

28. RESCIND APPROVAL OF POLICY 4.10, REVISIONS
Description
There were formatting errors in the policy revisions approved at the April 3, 2007 School Board meeting.  A properly formatted policy with appropriate revisions will be brought forward at a future date.

Recommendation
That the School Board rescind approval of Policy 4.10, Revisions adopted on April 3, 2007.

Attachment: Policy 4.10.pdf

New Business
29. ADOPTION OF THE REDISTRICTING PLAN FOR THE NEW MIDDLE SCHOOL EE
Description

In August of 2008, the new Middle School "EE" facility will be able to accept students from the proposed zone, allowing the district to relieve overcrowding at Heron Creek Middle School currently over its capacity.  This proposal will move 6th through 8th graders that year.  Approximately 796 students will be affected.  This action has been advertised for 28 days.

"Walking Descriptions":

NEW MIDDLE SCHOOL EE:  From the intersection of  Toledo Blade Boulevard at the North Port City Limits, go east, following the North Port City Limits to the Sarasota/DeSoto County line.  Go south on the Sarasota/DeSoto County line to the Sarasota/Charlotte County line.  Go west along the county line to the intersection of the Lagoon Waterway.  Go north on the Lagoon Waterway to the intersection with an imaginary intersection with Michaler Street.  Go east at the intersection of Michaler Street and Cranberry Boulevard.  Go north at the intersection of Cranberry and Toledo Blade Boulevard to the North Port City Limits.



Recommendation

#29-That the School Board adopts the advertised changes to the Heron Creek Middle School zone, including the walking description to the new Middle School EE.

 



Attachment: ADOPTI~1.pdf
30. APPROVAL TO ADOPT THE RESOLUTION REGARDING THE STATUS OF DESIGNATED 1958 BUILDINGS ON THE CAMPUS OF RIVERVIEW HIGH SCHOOL
Description

On March 16-18, 2007 a group of School Board staff, concerned citizens, and the group known as "Save Riverview" met to discuss options that would allow the School Board to proceed with the construction of a 21st century Riverview High School and still save key elements of the 1958 structures.  The results were presented to the Board at a workshop on March 20, 2007.  As a result, the Board agreed to the following. The part of the Riverview High School campus know as the "immediate wings surrounding the courtyard" (including both classroom wings, the auditorium and part of the cafeteria) which are the main part of the original 1958 building will be held in abeyance until March 15, 2008.  By that date, if the school board is presented with appropriate plans for the funding, restoration and operation of the facility, the School Board will consider those plans before authorizing any demolition of the buildings.

A successful plan will include a minimum of three components: 1)  a clearly identified alternate use for the restored facility whose buildings must be compatible with the educational setting of a modern high school and the local neighborhood; 2)  a detailed account of the funding plan that will: hold the School Board harmless from any additional costs; address continued operational costs; and cover the costs of renovating the 1958 facility to support the alternate use; and 3) immediately available funds to hold the School Board harmless from all additional costs associated with work required to save the 1958 buildings including but not limited to:  civil engineering, storm-water retention, design and construction, a suitable parking facility for the school, security, operational costs, maintenance costs and parking for the restored facility.  Those costs are currently estimated at just over $20.6 million.



Recommendation

#30-That the Board adopts the resolution regarding the status of designated 1958 buildings on the campus of Riverview High School.

 



Attachment: Resolution2.pdf
31. APPROVAL TO ADVERTISE REVISIONS TO SCHOOL BOARD POLICY #7.71: SELECTION POLICY FOR PROFESSIONAL CONSTRUCTION RELATED SERVICES
Description

The revisions to restructure the Professional Services Selection Committee (PSSC) membership are being proposed for the following reasons:  [1]  to reflect the current organizational structure of the District, including new and/or eliminated positions/titles and [2] allow more flexibility in scheduling the required meetings.  Regarding Item [1] above:  The District has made organizational changes since the last revision of this policy; the proposed revisions herein are merely to change the policy verbiage to correspond to that of the current District organizational structure.  Regarding Item [2] above:  By increasing the number of individuals sharing specified seat(s) on the PSSC, this will allow for greater flexibility in scheduling a full committe for the required meetings.  Although the policy states that a quorum constitutes five (5) members, is the the Board's desire to have a full committee of all eight (8) members in attendance whenever possible.  Note:  The policy itself is attachment "A" of this item.  For proposed revisions, please see attachment "B" of this item.



Recommendation

#31-That the revisions to School Board Policy #7.71, "Selection Policy for Professional Construction Related Services",  be approved to advertise as presented.



Attachment: AttachA-PSSC-Policy4-17-07B.pdf
Attachment: AttachB-PSSC-Policy4-17-07B.pdf
32. ACCEPTANCE OF GUARANTEED MAXIMUM PRICE PROPOSAL AND APPROVAL OF CONTRACT FOR CONSTRUCTION FOR THE MIDDLE SCHOOL "EE" - PHASE 2: VERTICAL CONSTRUCTION PROJECT
Description

Under the terms of the 11/8/2006 (Item #28) Board approved "Agreement between Owner and Construction Manager for Pre-Construction and Bidding Services", the Director of Construction Services and a member of the Professional Services Selection Committee (PSSC) have successfully negotiated a contract with Kraft Construction Company, Inc. for the Middle School "EE" Phase 2 - Vertical Construction project.  As indicated, the 11/8/2006 agreement included pre-construction and bidding services only.  This contract is being negotiated in two (2) phases in order for the project to remain on schedule for an August 2008 school opening.  The Contract for Construction for Phase 1 - Sitework of the project was Board approved on 2/6/2007 (Item #32).  This Contract for Construction is only for Phase 2 - Vertical Construction of the project.  This contract was negotiated on 4/11/2007 and the Guaranteed Maximum Price (GMP) of this contract is $33,822,214.00.  This contract, which is the standard document utilized for all of the District's construction contracts, is available for review at the Construction Services Department.  The School Board attorney has approved the use of this GMP proposal acceptance form and contract.  Funds for this contract are available in the project budget.



Recommendation

#32-That the Guaranteed Maximum Price Proposal be accepted as presented and the Contract for Construction of Phase 2 - Vertical Construction for the Middle School "EE" project be approved as presented.



Attachment: GMP - MS EE 4-12-07.pdf
33. APPROVAL OF THE GENERAL FUND BUDGET AMENDMENT #2 FOR THE 2006-2007 SCHOOL YEAR
Description

General Fund Budget Amendment #2 reflects the remainder of the Superintendent's reorganization plan.



Recommendation

#33-That the General Fund Budget Amendment #2 for the 2006-2007 school year be approved as presented.



Attachment: Job 304 Description.pdf
Attachment: revised salary schedule.pdf
Attachment: Budget Amend 2 3.pdf
34. APPROVAL OF BID FOR THE TATUM RIDGE SOCCER COMPLEX
Description

Six (6) bids for this project were opened on 4/10/2007.  Jon F. Swift, Inc. submitted the low base bid of $1,600,000.00,  plus Alternate #1 in the amount of $53,000.00.  Alternate #1 is sod.  The School Board is being reimbursed by Sarasota County.

 

 



Recommendation

#34-That the low bid submitted by Jon F. Swift, Inc. for the Tatum Ridge Soccer Complex in the amount of $1,653,000.00, including Alternate #1, be approved as presented.

 

 



Attachment: BAIenc4-17-07TatumRidgeSocc.pdf

Announcements/Comments
35. ANNOUNCEMENTS/COMMENTS
Description
N/A

Recommendation
N/A

Adjournment
36. ADJOURNMENT
Description
N/A

Recommendation
N/A