e|agenda.NET
Sarasota County Schools
THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA
Landings Administrative Complex
1980 Landings Blvd.
3:00 p.m.

July 22, 2014 Board Meeting


Call To Order (Chair - 3:00)
Flag Salute (Chair)
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

SRO (School Resource Officer) Agreements and Financial Impact



Recommendation
N/A

Attachment: Summary of SRO Program Costs 2013-14 to 2014-15.pdf


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 June 17, 2014, (Monthly Work Session) and the June 17, 2014, (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: Board July 22, 2014 (Regular).pdf
Attachment: Board July 22, 2014 (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 Assignment Appeal Board in accordance with policies with the School Board.  They are presented for formal ratification.



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

Attachment: SB Reassignments Agenda Item 7.22.14.pdf (Confidential Item) 


GENERAL ITEMS

9. APPROVAL OF THE SARASOTA COUNTY TECHNICAL INSTITUTE TUITION AND FEES STRUCTURE FOR 2014-2015
Description

Florida Statute provides for and requires the charging and collection of tuition from adults for post-secondary programs funded by the Workforce Education Fund (s. 1009.22, Florida Statutes)

This section of statute authorizes local school boards to establish tuition and lab fees for Workforce Education programs, fees for Continuing Workforce Education programs, and other programs not reported to the Department of Education for funding purposes.

The presented tuition for Adult Occupational Programs (Career Certificates) and Adult General Education is equal to the state standard tuition rate.

As part of this request, Sarasota County Technical Institute is also including high school fees, testing fees, and facility rental agreements for informational purposes.



Recommendation
That the Sarasota County Technical Institute tuition and fees structure for 2014-2015 be approved as presented.

Attachment: 14-15 Request for School Board Approval (3).pdf

AGREEMENTS/CONTRACTS

10. APPROVAL OF AGREEMENT BETWEEN INSTRIDE THERAPY, INC. AND THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA, FOR HIPPOTHERAPY SERVICES
Description
This is a continuation of a long-standing agreement for the provision of hippotherapy services at selected sites serving disabled students.

Recommendation
That the Agreement between Instride Therapy, Inc. and the School Board of Sarasota County, Florida, for hippotherapy services, in the amount not to exceed $14,000.00, be approved as presented.

Attachment: InStride Therapy 14-15.pdf

11. APPROVAL OF CONTRACT FOR EDUCATIONAL SERVICES BETWEEN CHILDREN FIRST, INC. AND THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA
Description
This is a continuation of a long-standing contract with Children First, Inc., and the School Board of Sarasota County, Florida, for students ages 3-5.  Children First have a long history of quality intervention programs with the Pre-K population. Funding is FTE generated.

Recommendation
That the contract for educational services between Children First, Inc., and the School Board of Sarasota County, Florida, be approved as presented.

Attachment: Children First 14-15.pdf

12. APPROVAL OF CONTRACT FOR EDUCATIONAL SERVICES BETWEEN COMMUNITY HAVEN FOR ADULTS AND CHILDREN WITH DISABILITIES, INC., D/B/A SELBY PRESCHOOL AND THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA
Description
This is a continuation of a contract between Community Haven For Adults And Children With Disabilities, Inc., D/B/A Selby Preschool and the School Board of Sarasota County, Florida, for students ages 3-5.  Selby Preschool has been able to implement quality early childhood intervention programs with the Pre-K population.  Funding is FTE generated.

Recommendation

That the contract for educational services between Community Haven For Adults And Children With Disabilities, Inc., D/B/A Selby Preschool and the School Board of Sarasota, Florida, be approved as presented.



Attachment: Community Haven-Selby14-15.pdf

13. APPROVAL OF CONTRACT FOR EDUCATIONAL SERVICES BETWEEN THE FLORIDA CENTER FOR EARLY CHILDHOOD, INC., AND THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA
Description
This is a continuation of a long-standing agreement between the Florida Center for Early Childhood, Inc., and the School Board of Sarasota County, Florida, for ESE students ages 3-5.  The Florida Center for Early Childhood, Inc., has a long history of quality intervention programs with the Pre-K population.  Funding is FTE generated.

Recommendation
That the contract for educational services between the Florida Center for Early Childhood, Inc., and the School Board of Sarasota County, Florida, be approved as presented.

Attachment: Florida Center14-15.pdf

14. APPROVAL OF AGREEMENT FOR EDUCATIONAL SERVICES BETWEEN PINNACLE ACADEMY, INC., AND THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA
Description
Pinnacle Academy is a private school focusing on students with very specialized needs in the areas of autism and pervasive developmentally delayed.  The agreement will provide a percentage of FTE funding to support the educational program for selected students in need of these very specialized services.

Recommendation
That the agreement for educational services between Pinnacle Academy, Inc., and the School Board of Sarasota County, Florida, be approved as presented.

Attachment: PinnacleAcademy 14-15.pdf

15. APPROVAL OF CONTRACT FOR EDUCATIONAL SERVICES BETWEEN EASTER SEALS SOUTHWEST FLORIDA, INC., D/B/A THE LILY SCHOOL FOR CHILD DEVELOPMENT AND THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA
Description

This contract for educational services between Easter Seals Southwest Florida, Inc., D/B.A The Lily School For Child Development and the School Board of Sarasota County, Florida, will provide high quality education and developmental therapies for special needs children and will afford them the opportunity to be in an inclusive environment with typically developing children.



Recommendation
That the contract for educational services between Easter Seals Southwest Florida, Inc., D/B/A The Lily School For Child Development and the School Board of Sarasota County, Florida, be approved as presented.

Attachment: Easter Seals Southwest Florida-The Lily School 14-15.pdf

16. APPROVAL OF THE CONTRACT BETWEEN AGILITY PHYSICAL THERAPY AND SPORTS PERFORMANCE, LLC AND THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA
Description

Agility Physical Therapy & Sports Performance, LLC agrees to provide certified trainers and related services to students participating in interscholastic sports and athletic activities at the following high schools: Booker High School, North Port High School, Riverview High School, Sarasota High School and Venice High School.  The duration of this contract shall be for three years beginning July 1, 2014 through June 30, 2017.  Year One of the contract shall run from July 1, 2014 through June 30, 2015 and shall be payable in twelve monthly payments of $26,075.00.



Recommendation
That the contract between Agility Physical Therapy and Sports Performance, LLC and the School Board of Sarasota County, Florida, be approved.

Attachment: Agility Physical Therapy Contract 2014-2015.pdf

17. APPROVAL OF AGREEMENT BETWEEN SARASOTA FAMILY YOUNG MEN'S CHRISTIAN ASSOCIATIONS, INC. (YMCA - TRIAD PROGRAM) AND THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA
Description

This agreement outlines the relationship and responsibilities shared by the Sarasota Family Young Men's Christian Associations, Inc., (YMCA -Triad Program) and the School Board of Sarasota County, Florida, for the TRIAD program which provides programs of education, training, and related services for students in grades 6-12 assigned to the alternative school program YMCA - TRIAD.



Recommendation
That the School Board of Sarasota County approve the agreement for the Sarasota Family YMCA to provide alternative programs at TRIAD as presented.

Attachment: Triad 14-15.pdf

18. APPROVAL OF AGREEMENT BETWEEN THE UNIVERSITY OF SOUTH FLORIDA COLLEGE OF BEHAVIORAL AND COMMUNITY SCIENCES DEPARTMENT OF COMMUNICATION SCIENCES AND DISORDERS
Description

The purpose of this agreement is to provide an external clinical experience to graduate students with a supervised clinical practicum that will enrich the knowledge and skills required for competent practice as a Speech Language Pathologist.



Recommendation
That this agreement between the University of South Florida College of Behavioral and Community Sciences, Department of Communication Sciences and Disorders and the School Board of Sarasota County, Florida, be approved as presented.

Attachment: USF SLP 2014 final.pdf

19. APPROVAL OF AGREEMENT BETWEEN THE C2 COLLABORATIVE AND THE SCHOOL BOARD OF SARASOTA COUNTY FOR PROFESSIONAL DEVELOPMENT
Description
This blended learning partnership agreement with the C2 Collaborative Team, Center for College and Career Readiness, will support our school-based leadership teams in implementing the new Florida Standards for 2014-2015 during our Summer Institute.  The work will continue throughout the school year through purposeful action plans, collaborative conversations, webinars, and outside consultation and training.  The fundamental focus will address the implications in teaching and learning practices related to Depth of Knowledge and the Deconstructed Standards to engage students in meaningful tasks.  The C2 Collaborative agreement for services and deliverables in the amount of $121,750 will be grant funded. 

Recommendation
That the agreement between the C2 Collaborative and the School Board of Sarasota County be approved as presented.

Attachment: The C2 Collaborative Agreement 7.22.14.pdf

20. APPROVAL OF ADDENDUM TO THE MEMORANDUM OF UNDERSTANDING BETWEEN THE SCHOOL BOARD OF MANATEE COUNTY, FLORIDA, AND THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA
Description

The Adults with Disabilities (AWD) Grant requires the School Board of Sarasota County, Florida, to execute a written agreement with each organization providing grant-funded services.  This Addendum outlines the expectations of the School Board of Manatee County, Florida, a Funded Provider on the Agency's AWD Grant.



Recommendation
That the Addendum to the Memorandum of Understanding between The School Board of Manatee County, Florida, and the School Board of Sarasota County, Florida, be approved as presented.

Attachment: Manatee MOU addendum AWD 2014-2015.pdf

21. APPROVAL OF AGREEMENT FOR SCHOOL RESOURCE DEPUTY PROGRAM BETWEEN THE CITY OF SARASOTA AND THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA
Description

This is an agreement between the School Board of Sarasota County, Florida, and the City of Sarasota for the School Resource Deputy Program in Sarasota County.



Recommendation
That the agreement for the School Resource Deputy Program between the School Board of Sarasota County, Florida, and the City of Sarasota for $346,670.00, be approved as presented.

Attachment: SRO-City of Sarasota 14-15 updated.pdf

22. APPROVAL OF AGREEMENT FOR SCHOOL RESOURCE DEPUTY PROGRAM BETWEEN THE CITY OF VENICE AND THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA
Description
This is an agreement between the School Board of Sarasota County, Florida, and the City of Venice for the School Resource Deputy Program in Sarasota County.

Recommendation
That the agreement for the School Resource Deputy Program between the School Board of Sarasota County, Florida, and the City of Venice for $128,900.00, be approved as presented.

Attachment: SRO-City of Venice 14-15.pdf

23. APPROVAL OF AGREEMENT FOR SCHOOL RESOURCE DEPUTY PROGRAM BETWEEN THE CITY OF NORTH PORT AND THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA
Description
This is an agreement between the School Board of Sarasota County, Florida, and the City of North Port for the School Resource Deputy Program in Sarasota County.

Recommendation
That the agreement for the School Resource Deputy Program between the School Board of Sarasota County, Florida, and the City of North Port for $273,326.72, be approved as presented.

Attachment: SRO-NP 14-15.pdf

24. APPROVAL OF AGREEMENT FOR SCHOOL RESOURCE DEPUTY PROGRAM BETWEEN THE SARASOTA COUNTY SHERIFF'S OFFICE AND THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA
Description
This is an agreement between the School Board of Sarasota County, Florida, and the Sarasota County Sheriff's Office for the School Resource Deputy Program in Sarasota County.  The agreement reinstates one School Resource Deputy position and Riverview eliminated in the 2013-2014 agreement.

Recommendation
That the agreement for the School Resource Deputy Program between the School Board of Sarasota County, Florida, and the Sarasota County Sheriff's Office for $599,088.50, be approved as presented.

Attachment: SRO-Sarasota Co Sherriff 14-15.pdf

GRANTS

25. APPROVAL OF THE LET'S GO TO THE SHOW GRANT PROPOSAL TO EDEXPLORESRQ/COMMUNITY FOUNDATION FOR PHILLIPPI SHORES ELEMENTARY SCHOOL
Description
COMPETITIVE: Grant funds of $6,000 will allow second grade Phillippi Shores Elementary students to write their own plays and participate in the Young Playwrights Festival.

Recommendation
That the Let's Go to the Show grant proposal be approved.  

Attachment: Lets Go to the Show.pdf

26. APPROVAL OF THE "A NIGHT AT PHILLIPPI - SHARING OUR PLANET" GRANT PROPOSAL TO EDEXPLORESRQ/COMMUNITY FOUNDATION FOR PHILLIPPI SHORES ELEMENTARY SCHOOL
Description
COMPETITIVE: Grant funds of $2,800 will allow 5th grade Phillippi Shores Elementary students to explore the ecosystems of the world through plays, poems, podcasts, paintings and inventions.

Recommendation

That the A Night at Phillippi - Sharing Our Planet grant proposal be approved.



Attachment: A Night at Phillippi.pdf

27. APPROVAL OF THE MOVEMENT COUNTS IN KINDERGARTEN GRANT PROPOSAL TO EDEXPLORESRQ/COMMUNITY FOUNDATION FOR PHILLIPPI SHORES ELEMENTARY SCHOOL
Description

COMPETITIVE: Grant funds of $5,000 will allow Phillippi Shores Elementary kindergarten students to experience and explore math concepts through creative movement activities.



Recommendation
That the Movement Counts in Kindergarten grant proposal be approved.

Attachment: Movement Counts.pdf

28. APPROVAL OF THE EMBRACING OUR DIFFERENCES GRANT APPLICATION TO THE EMBRACING OUR DIFFERENCES ORGANIZATION
Description
CONTINUATION: Grant funds of $22,000 will support character education and integration of the humanities and arts across the district.

Recommendation
That the Embracing our Differences grant application be approved.

Attachment: Embracing our Differences.pdf

29. APPROVAL OF THE CERTAINLY SCIENCE IN KINDERGARTEN GRANT PROPOSAL TO THE EDUCATION FOUNDATION FOR PHILLIPPI SHORES ELEMENTARY SCHOOL
Description
COMPETITIVE: Grant funds of $4,025 will allow Phillippi Shores kindergarten students to visit Selby Gardens to reinforce science and math concepts through hands-on learning.

Recommendation
That the Certainly Science in Kindergarten grant proposal be approved.

Attachment: Certainly Sci in K.pdf

30. APPROVAL OF THE MOVE TO THE MATH GROOVE GRANT PROPOSAL TO THE COMMUNITY FOUNDATION FOR PHILLIPPI SHORES ELEMENTARY SCHOOL
Description
COMPETITIVE: Grant funds of $5,000 will strengthen student understanding of math concepts through creative movement activities for Phillippi Shores Elementary students.

Recommendation
That the Move to the Math Groove grant proposal be approved.

Attachment: Move to the Math Groove.pdf

31. APPROVAL OF THE SARASOTA AGAINST VIOLENCE (SAVE) GRANT PROPOSAL TO THE US DEPARTMENT OF EDUCATION FOR BOOKER MIDDLE SCHOOL
Description
COMPETITIVE: Grant funds of $1,744,023 over five years will provide services to Booker Middle School to reduce violence and improve access to mental health services to students already exposed to violence.

Recommendation
That the Sarasota Against Violence (SAVE) grant proposal be approved.

Attachment: SAVE.pdf

MATERIALS MANAGEMENT

32. APPROVAL TO AWARD BID #15-0100 FOR DRIVER EDUCATION/TRAFFIC SAFETY TRAINING
Description
A bid to provide 'Driver Education/Traffic Safety Training' was received from one vendor on June 12, 2014.  The bid of Ault's Driver Education Center, Inc., met the advertised specifications and falls within budgetary guidelines.  This bid is for a period of one year with the option to renew for two additional one-year periods.  The funds for this purchase are contained in the operating budget allocated for the program.

Recommendation
That the bid of Ault's Driver Education Center, Inc., to provide 'Driver Education/Traffic Safety Training' in an amount not to exceed $250,000.00, be approved as presented.

Attachment: DriversEd15-0100REC.pdf

33. APPROVAL TO AWARD BID #15-0104 FOR FLUID MILK
Description
Bids to provide 'Fluid Milk' were received from four vendors on June 19, 2014.  The bid of M&B Products, 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 Food and Nutrition Services budget.

Recommendation
That the bid of M&B Products, Inc., to provide 'Fluid Milk' in an amount not to exceed $1,650,000.00, be approved as presented.

Attachment: Milk 15-0104REC.pdf

34. APPROVAL TO AWARD BID #15-0259 FOR SARASOTA HIGH SCHOOL THEATRICAL LIGHTING SYSTEM AND CONTROLS REPLACEMENT
Description
Bids to provide 'Sarasota High School Theatrical Lighting System and Controls Replacement' were received from three vendors on June 25, 2014.  The bid of Candela Controls, Inc., was the best low bid meeting the advertised specifications.  The funds for this purchase are contained in the capital budget allocated for the project.

Recommendation
That the bid of Candela Controls, Inc., to provide 'Sarasota High School Theatrical Lighting System and Controls Replacement' in an amount not to exceed $150,000.00, be approved as presented.

Attachment: SHS-TheatricalLighting15-0259REC-Revised 071614.pdf

35. APPROVAL OF CLASSIFICATION OF INOPERATIVE EQUIPMENT AND FURNITURE AS PROPERTY TO BE DELETED
Description
The custodians of the property (cost center heads) have certified it to be traded in on new equipment, unaccounted for, not repairable or otherwise inoperable.  Property still on hand after reallocation will be salvaged for any useful parts and then sold at auction.

Recommendation
That the classification of equipment and furniture as property to be deleted, be approved.

Attachment: AgdDeleteProperty 7-22-2014.pdf

CONSTRUCTION

36. ACCEPTANCE OF CONSTRUCTION SERVICES' PROJECT COMPLETION AND APPROVAL OF FINAL PAYMENT TO CONTRACTOR FOR THE MCINTOSH MIDDLE SCHOOL AGRI-SCIENCE PORTABLE REPLACEMENT PROJECT FOR PRE-CONSTRUCTION SERVICES
Description
All work has been completed.   The final project costs have been internally audited and are enclosed in Final Contractor's Application and Certificate for Payment No. Two (2).  The Director of Construction Services Department has determined that the project is complete in accordance with state statues.

Recommendation
That the project be accepted as complete and the final payment to contractor be approved as presented.

Attachment: BAIenc7-22-2014_ProjCompl+FinalConPymt-Pre-Con-McIntoshAgriScience.pdf

37. APPROVAL OF ARCHITECT'S CONTRACT FOR THE FRUITVILLE ELEMENTARY SCHOOL-CLASSROOM WING ADDITION PROJECT
Description

The project's scope of work shall include architectural services for the construction of an approximately 20,000 square foot classroom addition, mechanical upgrades to chiller yard, site drainage and bus loop improvements.  The project will be multi-phased.  On 6/13/2014, the Director of Construction Services and a member of the Professional Services Selection Committee (PSSC) met with representatives of Sweet Sparkman Architects and successfully negotiated a contract for the Fruitville Elementary School-Classroom Wing Addition project.  The amount of this contract is $448,525.00.  These contract documents have been approved by the School Board attorney and are available for review at the Construction Services Department.  The construction budget is approximately $6,500,000.00.  Funds for this project are available in the capital budget account.



Recommendation
That the contract with Sweet Sparkman Architects for consulting services for design and construction administration of the Fruitville Elementary School-Classroom Wing Addition project be approved as presented.

38. APPROVAL OF CONSTRUCTION MANAGER'S PRE-CONSTRUCTION SERVICES CONTRACT FOR THE FRUITVILLE ELEMENTARY SCHOOL-CLASSROOM WING ADDITION PROJECT
Description
The project's scope of work shall include construction management services for the construction of an approximately 20,000 square foot classroom addition, mechanical upgrades to chiller yard, site drainage and bus loop improvements.  The project will be multi-phased.  On 6/23/2014, the Director of Construction Services and a member of the Professional Services Selection Committee (PSSC) met with a representative from Jon F. Swift, Inc., to negotiate a contract for this project.  This contract covers the pre-construction portion only for this project.  The contract for construction will be negotiated separately at a later date.  The amount of this contract is $29,000.00.  These contract documents have been approved by the School Board attorney and are available for review at the Construction Services Department.  The construction budget is approximately $6,500,000.00.  Funds for this project are available in the capital budget account.

Recommendation
That the Construction Manager's pre-construction services contract with Jon F. Swift, Inc., for the Fruitville Elementary School-Classroom Wing Addition project be approved as presented.

39. APPROVAL OF ARCHITECT/ENGINEER RANKINGS FOR THE PINE VIEW SCHOOL-HVAC RENOVATION PROJECT
Description
The project's scope of work shall include design and construction administration services for replacement of the completion HVAC system and the renovation of all affected spaces on the Pine View campus.  The project will be multi-phased.  On 6/24/2014, the Professional Services Selection Committee (PSSC) met to select an architect/engineer for this project.  The PSSC has ranked them in accordance with Board policy.  The project budget is approximately $14,000,000.00.  Funds for this project are available in the capital budget account.

Recommendation
That the rankings of architect/engineers for the Pine View School-HVAC Renovation project be accepted as presented and the Director of Construction Services be authorized to attempt negotiations with the top-ranked firm.

Attachment: BAIenc7-22-2014_DPRankings_PineViewHVACRenov.pdf

40. APPROVAL OF AMENDMENT #5 TO THE AGREEMENT BETWEEN THE OWNER AND ARCHITECT FOR DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES FOR THE BOOKER MIDDLE SCHOOL-HVAC RENOVATION PROJECT
Description
This amendment covers the professional services necessary to design the renovations to the lobby of the Administration Building that were not included in the original contract.

Recommendation
That the approval of amendment #5 to the agreement dated 2/7/2012 between the Owner and Architect for Design and Administration Services for the Booker Middle School-HVAC Renovation project be approved as presented.

Attachment: BAIenc7-22-2014_Arch_SweetSparksman_Amend5-BMS-HVACRenov.pdf

41. APPROVAL TO INCREASE CONTRACT AMOUNTS WITH SIX (6) DESIGN/BUILD FIRMS TO PROVIDE DESIGN/BUILD SERVICES FOR MINOR DESIGN/CONSTRUCTION PROJECTS PURSUANT TO NON-EXCLUSIVE CONTINUING CONTRACTS FOR THE ONE (1)-YEAR EXTENSION PERIOD
Description
The six (6) individual contracts for these services were Board approved on 4/12/2012 (Item #26).  The original estimate for these services for the two (2)-year contract period was $15,000,000.00.  A one (1)-year period extension was Board approved on 5/6/2014 (Item #32), at mutually agreed rates and conditions.  Funds for this increase are available through individual capital project accounts.

Recommendation
That the contract amounts with the six (6) design/build firms to provide Design/Build Services for Minor Design/Construction Projects pursuant to Non-exclusive Continuing Contracts for the one (1)-year extension period be increased by $5,000,000.00 and approved as presented.

42. APPROVAL OF RANKING OF CERTIFIED AND QUALIFIED ENGINEERING FIRMS FOR COMMISSIONING OF BUILDING SYSTEMS CONSULTING SERVICES FOR A PERIOD OF THREE (3)-YEARS
Description

The scope shall include that engineering firms must be able to demonstrate extensive formal education with a mechanical or electrical engineering degree from an accredited college preferred and hands-on experience in Commissioning of Building Systems.  Documented experience as a commissioning agent in Florida is required.  On 6/16/2014, the Professional Services Selection Committee (PSSC) met to select certified and qualified engineering firms for this continuing services contract.  The PSSC has ranked them in accordance with School Board Policy #7.71.  The estimated cost of these services for the three (3)-year period is $300,000.00.  Funds for these services are available through individual project accounts.



Recommendation
That the ranking of certified and qualified engineering firms for Commissioning of Building Systems Consulting Services, for a period of three (3)-years, be approved as presented and the Director of Construction Services be authorized to attempt negotiations with the two (2) top-ranked firms.

Attachment: BAIenc7-22-2014_Rankings_CommissioningSvcs.pdf

43. APPROVAL OF RANKING OF CERTIFIED AND QUALIFIED FIRMS FOR ENVIRONMENTAL CONSULTING SERVICES FOR A PERIOD OF THREE (3)-YEARS
Description

The scope shall include, but not limited to, environmental assessments and/or delineation of existing or proposed new sites as required by each individual project.  On 6/16/2014, the Professional Services Selection Committee (PSSC) met to select a certified and qualified firm for this continuing services contract.  The PSSC has ranked them in accordance with School Board Policy #7.71.  The estimated cost of these services for the three (3)-year period is $100,000.00.  Funds for these services are available through individual project accounts.



Recommendation
That the ranking of certified and qualified firms for Environmental Consulting Services, for a period of three (3)-years, be approved as presented and the Director of Construction Services be authorized to attempt negotiations with the top-ranked firm.   

Attachment: BAIenc7-22-2014_Rankings_EnvironmentalSvcs.pdf

44. APPROVAL OF RANKING OF CERTIFIED AND QUALIFIED FIRMS FOR LAND SURVEYING CONSULTING SERVICES FOR A PERIOD OF THREE (3)-YEARS
Description
The scope shall include all boundary, topographical, tree, and specialty survey required district-wide.  On 6/16/2014, the Professional Services Selection Committee (PSSC) met to select certified and qualified firms for this continuing services contract.  The PSSC has ranked them in accordance with School Board Policy #7.72.  The estimated cost of these services for the three (3)-year period is $100,000.00.  Funds for these services are available through individual project accounts.

Recommendation
That the ranking of certified and qualified firms for Land Surveying Consulting Services, for a period of three (3)-years, be approved as presented and the Director of Construction Services be authorized to attempt negotiations with the top-ranked firm.

Attachment: BAIenc7-22-2014_Rankings_LandSurveyingSvcs.pdf

45. APPROVAL OF RANKING OF CERTIFIED AND QUALIFIED ENGINEERING FIRMS FOR PROFESSIONAL ENGINEERING DESIGN AND CONSTRUCTION ADMINISTRATION CONSULTING SERVICES FOR A PERIOD OF THREE (3)-YEARS
Description
The scope of work on the individual owner-assigned professional engineering contracts are projects whose construction costs do not exceed $2,000,000.00 and for study activities if the fee for professional services does not exceed $200,000.00, and may include, but are not limited to, plumbing systems, electrical systems, equipment replacements, duct replacements, indoor air quality upgrades, thermal energy storage systems and control systems.  On 6/16/2014, the Professional Services Selection Committee (PSSC) met to select certified and qualified engineering firms for this continuing services contract.  The PSSC has ranked them in accordance with School Board Policy #7.71.  The estimated cost of these services for the three (3)-year period is $300,000.00.  Funds for these services are available through individual project accounts.

Recommendation
That the ranking of certified and qualified engineering firms for Professional Engineering Design and Construction Administration Consulting Services, for a period of three (3)-years, be approved as presented and the Director of Construction Services be authorized to attempt negotiations with the three (3) top-ranked firms.

Attachment: BAIenc7-22-2014_Rankings_ProEngDesign&ConstAdminSvcs.pdf

46. APPROVAL OF RANKING OF CERTIFIED AND QUALIFIED FIRMS FOR ROOFING CONSULTING SERVICES FOR A PERIOD OF THREE (3)-YEARS
Description
The scope of work shall include, but not limited to, (1) evaluation of existing roofing and waterproofing systems, including associated structural and thermal insulation elements; (2) recommendations on prioritizing repairs or replacements; (3) development of budgets; (4) design and construction services of roofing projects as assigned by Sarasota County School staff; (5) providing field inspection services as needed; and (6) perform annual roof inspections and maintain the District's roof asset management program, utilizing Roofer/Builder.  On 6/16/2014, the Professional Services Selection Committee (PSSC) met select certified and qualified firms for this continuing services contract.  The estimated cost of these services for the three (3)-year period is $325,000.00.  Funds for these services are available through individual project accounts.

Recommendation
That the ranking of certified and qualified firms, for Roofing Consulting Services for a period of three (3)-years, be approved as presented and the Director of Construction Services be authorized to attempt negotiations with the two (2) top-ranked firms.

Attachment: BAIenc7-22-2014_Rankings_RoofingSvcs.pdf

47. APPROVAL OF NON-EXCLUSIVE UTILITY EASEMENT AT SARASOTA COUNTY TECHNICAL INSTITUTE BETWEEN THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA AND FLORIDA POWER AND LIGHT COMPANY
Description
This easement will grant an easement for the construction, operation and maintenance of underground electric utility facilities (including wires, cables, conduits, and appurtenant equipment) to be installed from time to time; with the right to reconstruct, improve, add to, enlarge, change the voltage, as well as the size of and remove such facilities or any of them within an easement ten (10) feet in width.  This easement has been approved by the School Board attorney.

Recommendation
That the Non-Exclusive Utility Easement at Sarasota County Technical Institute, between the School Board of Sarasota County, Florida and Florida Power and Light Company, be approved as presented.

Attachment: BAIenc7-22-2014_SCSB&FFPLNonExEsmnt-SCTI.pdf

48. APPROVAL OF NON-EXCLUSIVE UTILITY EASEMENT FOR THE NEW CENTRAL ENERGY PLANT AT SARASOTA HIGH SCHOOL BETWEEN THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA AND FLORIDA POWER AND LIGHT COMPANY
Description
This easement will grant an easement for the construction, operations and maintenance of underground electric utility facilities (including wires, cables, conduits, appurtenant equipment) to be installed from time to time; with the right to reconstruct, improve, add to, enlarge, change the voltage, as well as the size of and remove such facilities or any of them within an easement ten (10) feet in width.  This installation will provide the primary electrical feed to the new Central Energy Plant (CEP) at Sarasota High School.  This easement has been approved by the School Board attorney.

Recommendation
That the Non-Exclusive Easement for the new Central Energy Plant at Sarasota High School between The School Board of Sarasota County, Florida and Florida Power and Light Company be approved as presented.

Attachment: BAIenc7-22-2014_SCSB&FFPLNonExEsmntCEP-SHS.pdf

49. APPROVAL OF NON-EXCLUSIVE UTILITY EASEMENT FOR THE PRIMARY RELOCATION AT SARASOTA HIGH SCHOOL BETWEEN THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA AND FLORIDA POWER AND LIGHT COMPANY
Description

This easement will grant an easement for the construction, operation and maintenance of underground electric utility facilities (including wires, cables, conduits, and appurtenant equipment) to be installed from time to time; with the right to reconstruct, improve, add to, enlarge, change the voltage, as well as the size of and remove such facilities or any of them within an easement ten (10) feet in width.  This installation will provide the primary electrical loop feed to the buildings located on the west side of School Avenue at Sarasota High School.  This easement has been approved by the School Board attorney.



Recommendation
That the Non-Exclusive Utility Easement for the Primary Relocation at Sarasota High School between The School Board of Sarasota County, Florida and Florida Power and Light Company be approved as presented.

Attachment: BAIenc7-22-2014_SCSB&FFPLNonExEsmntPrimaryLocation-SHS.pdf

50. APPROVAL OF UPDATE #4 TO THE 2014 ANNUAL CERTIFICATION OF PROFESSIONALS FOR CONSTRUCTION RELATED SERVICES
Description
The recommended professional has submitted request for annual certification by the School Board to provide professional construction related services for Sarasota County School projects.  This submission is in accordance with School Board policy #7.71.  The initial list was Board approved on 1/7/2014 (Item #30).  The newly added firm is identified in the enclosure at the end of the initial listing.  Upon Board approval, the pertinent date from this submission will be incorporated to the existing list.

Recommendation
That Update #4 to the 2014 Annual Certification of Professionals for Construction Related Services be approved as presented.

Attachment: BAIenc7-22-2014_Update4_2014AnnualCertification.pdf

51. APPROVAL OF CONTRACTS WITH THE TWO (2) TOP-RANKED FIRMS FOR COMMISSIONING OF BUILDING SYSTEMS CONSULTING SERVICES FOR A THREE (3)-YEAR PERIOD
Description
The scope of work shall be to provide commissioning of building systems services for projects assigned by Sarasota County Schools for a period of three (3)-years.  These assigned projects are defined as those with a construction cost of less than $1,000,000.00 and consultant fees of less than $100,000.00.  On 7/22/2014 (Item #42), the Board authorized negotiations with the two (2) top-ranked firms.  The Director of Construction Services and a member of the Professional Services Selection Committee (PSSC) met with representatives of [1] Smith Seckman Reid, Inc. dba SSRCx and [2] Affiliated Engineers, Inc. and successfully negotiated individual continuing contracts for these services.  These contracts have been approved by the School Board attorney and are available for review at the Construction Services Department. The estimated cost for these services for the three (3)-year period is $300,000.00.  Funds for these services are available through individual project accounts.

Recommendation
That the contracts with the two (2) top-ranked firms for Commissioning of Building Systems Consulting Services for a three (3)-year period be approved as presented.

52. APPROVAL OF CONTRACT WITH THE TOP-RANKED FIRM FOR ENVIRONMENTAL CONSULTING SERVICES FOR A THREE (3)-YEAR PERIOD
Description
The scope shall be to provide environmental consulting services for projects as assigned by Sarasota County Schools for a period of three (3)-years.  These assigned projects are defined as those with construction cost of less than $1,000,000.00 and consultant fees of less than $100,000.00.  On 7/22/2014 (Item #43), the Board authorized negotiation with the to-ranked firm.  The Director of Construction Services and a member of the Professional Services Selection Committee (PSSC) met with the representative of Vanesse Hangen Brustlin, Inc. and successfully negotiated individual continuing contract for these services.  This contract has been approved by the School Board attorney and is available for review at the Construction Services Department.  The estimated cost for these services for three (3)-year period is $100,000.00.  Funds for these services are available through individual project accounts.

Recommendation
That the contract with the top-ranked firm for Environmental Consulting Services for a three (3)-year period be approved as presented.

53. APPROVAL OF CONTRACT WITH THE TOP-RANKED FIRM FOR LAND SURVEYING CONSULTING SERVICES FOR A THREE (3)-YEAR PERIOD
Description
The scope shall be to provide land surveying consulting services for projects as assigned by Sarasota County Schools for a period of three (3)-years.  These assigned projects are defined as those with a construction cost of less than $1,000,000.00 and consultant fees of less than $100,000.00.  On 7/22/2014 (Item #44), the Board authorized negotiation with the top-ranked firm.  The Director of Construction Services and a member of the Professional Services Selection Committee (PSSC) met with the representative of Stantec Consulting Services, Inc. and successfully negotiated individual continuing contract for these services.  This contract has been approved by the School Board attorney and is available for review at the Construction Services Department.  The estimated cost for these services for the three (3)-year period is $100,000.00.  Funds for these services are available through individual project accounts.

Recommendation
That the contract with the top-ranked firm for Land Surveying Consulting Services for a three (3)-year period be approved as presented.

54. APPROVAL OF CONTRACTS WITH THE THREE (3)-TOP-RANKED FIRMS FOR PROFESSIONAL ENGINEERING AND CONSTRUCTION ADMINISTRATION CONSULTING SERVICES FOR A THREE (3)-YEAR PERIOD
Description

The scope of work shall be to provide professional engineering design and construction administration consulting services for projects assigned by Sarasota County schools for a period of three (3)-years.  These assigned projects are defined as those with a construction cost of less than $1,000,000.00 and consultant fees of less than $100,000.00.  On 7/22/2014 (Item #45), the Board authorized negotiations with the three (3) top-ranked firms.  The Director of Construction Services and a member of the Professional Services Selection Committee (PSSC) met with representatives of [1] ME3 Consulting Engineers, LLC  [2] TLC Engineering for Architecture, Inc. and [3] Matern Professional Engineering, Inc. and successfully negotiated individual continuing contracts for these services.  These contracts have been approved by the School Board attorney and are available for review at the Construction Services Department.  The estimated cost for these services for the three (3)-year period is $300,000.00.  Funds for these services are available through individual project accounts.



Recommendation
That the contracts with the three (3) top-ranked firms for professional engineering design and construction administration consulting services for a three (3)-year period be approved as presented.

55. APPROVAL OF CONTRACTS WITH THE TWO (2) TOP-RANKED FIRMS FOR ROOFING CONSULTING SERVICES FOR A THREE (3)-YEAR PERIOD
Description
The scope shall be to provide roofing consulting services for projects as assigned the Sarasota County schools for a period of three (3)-years.  These assigned projects are defined as those with a construction cost of less than $1,000,000.00 and consultant fees of less than $100,000.00.  On 7/22/2014 (Item #46), the Board authorized negotiations with the two (2) top-ranked firms.  The Director of Construction Services and a member of the Professional Services Selection Committee (PSSC) met with representatives of [1] ECS-Florida, Inc. and [2] Terracon Consultants, Inc. and successfully negotiated individual continuing contracts for these services.  These contracts have been approved by the School Board attorney and are available for review at the Construction Services Department.  The estimated cost for these services for the three (3)-year period is $325,000.00.  Funds for these services are available through individual project accounts.

Recommendation
That the contracts with the two (2) top-ranked firms for roofing consulting services for a three (3)-year period be approved as presented.

56. APPROVAL AND/OR RATIFICATION OF CONSTRUCTION SERVICES' CHANGE ORDER(S)
Description

The Construction Services' Change Order(s) are summarized on the enclosure for ease of review.  These change orders collectively total an increase of $1,149,147.05 in gross contract dollars.

Included in these change orders are ($269,006.26) credits for Direct Material Purchases; the corresponding Direct Material Purchase Orders of ($253,524.00) result a net of $15,482.26 in sales tax savings.



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

Attachment: BAIenc7-22-2014_CSD-COs.pdf

FINANCE

57. APPROVAL OF COST CENTER PETTY CASH REQUESTS FOR 2014-2015
Description
Attached is a memo listing Cost Centers requesting petty cash for the 2014-2015 school year.

Recommendation
That the Board approve the 2014-2015 Cost Center petty cash requests as presented.

Attachment: Petty Cash Memo 2014-2015.pdf

58. APPROVAL OF THE SUPERINTENDENT'S FINANCIAL STATMENTS FOR THE MONTH ENDING MAY 31, 2014
Description
The Superintendent's Financial Statements for the month ending May 31, 2014, does not reflect any unexpected trends for the fourth quarter of the 2013-2014 fiscal year.  Expenditures are anticipated to exceed revenues at year end in the General Fund because of the use of unassigned fund balance included in the adopted budget. 

Recommendation
That the Board approves the Superintendent's Financial Statements for the month ending May 31, 2014, as presented.

Attachment: May 2014 Budget Super's.pdf
Attachment: May 2014 supers.pdf

TRANSPORTATION

59. APPROVAL OF PURCHASE OF REPLACEMENT VEHICLES FROM THE MOTOR VEHICLES FLORIDA STATE TERM CONTRACT NO. 071-000-14-1
Description

Approval of purchase for fifteen (15) vehicles to replace vehicles in the fleet that are nine (9) to ten (10) years old that have high mileage with vehicles that are more fuel and cost efficient.



Recommendation
That the purchase of vehicles be purchased from the Motor Vehicle Florida State Term Contract #071-000-14-1, be approved as presented.

60. APPROVAL OF OPENING AND CLOSING TIMES OF SCHOOLS FOR 2014-2015
Description

Approval of the opening and closing times of schools for the 2014-2015 academic year.

 



Recommendation
That the opening and closing times of schools for the 2014-2015 academic year, be approved as presented.

Attachment: OPENING AND CLOSING TIMES OF SCHOOLS FOR 2014-2015.pdf

JOB DESCRIPTIONS

61. APPROVAL OF REVISED JOB DESCRIPTION FOR DIRECTOR, MATERIALS MANAGEMENT
Description
The revised job description, Director of Materials Management is being presented to the School Board for approval.

Recommendation
That the School Board approve the revised job description Director of Materials Management as presented.

Attachment: Job 051 - Director Materials Management.pdf

62. APPROVAL OF REVISED JOB DESCRIPTION PURCHASING AND FIXED ASSETS MANAGER
Description
The revised job description Purchasing and Fixed Assets Manager is being presented to the School Board for approval.

Recommendation
That the School Board approve the revised job description Purchasing and Fixed Assets Manager as presented.

Attachment: Job 136 - Purchasing and Fixed Assets Manager.pdf

63. APPROVAL OF REVISED JOB DESCRIPTION MECHANICS ASSISTANT
Description
The revised job description Mechanics Assistant is being presented to the School Board for approval.

Recommendation
That the School Board approve the revised job description for Mechanics Assistant as presented.

Attachment: Job 106 - MechanicAsst.pdf

64. APPROVAL OF REVISED JOB DESCRIPTION ADMINISTRATIVE ASSISTANT III/PRESCHOOL DIRECTOR
Description
The revised job description Administrative Assistant III/Preschool Director is being presented to the School Board for approval.

Recommendation
That the School Board approve the revised job description Administrative Assistant III/Preschool Director as presented.

Attachment: Job 385 - Administrative Assistant III - Preschool Director.pdf

SCHOOL BOARD RULES

65. APPROVAL OF REVISED SCHOOL BOARD POLICIES 2.90, 5.60 AND 5.80+
Description

Policies 2.90 Tobacco Use in District Facilities, 5.60 Student Injuries and 5.80+ Athletics have been advertised and are ready for approval.      



Recommendation
That the revised School Board Policies 2.90, 5.60 and 580+ be approved as presented.

Attachment: Policy 2.90 Tobacco Use in District Facilities.pdf
Attachment: Policy 5.60 Student Injuries.pdf
Attachment: Policy 5.80 Athletics.pdf


New Business
66. APPROVAL TO ADVERTISE REVISIONS TO SCHOOL BOARD POLICY 3.60 and 3.80
Description

It is recommended that the indicated changes be made to bring the following School Board Policies up-to-date:

Policy 3.60 - Flag Display and Pledge

Policy 3.80 - School Volunteers



Recommendation
That the Board approves to advertise the revisions to the School Board Policies 3.60 and 3.80.

Attachment: Policy 3.60 Flag Display and Pledge.pdf
Attachment: Policy 3.80 School Volunteers.pdf

67. REJECTION OF DIANA O'NEILL'S REQUEST FOR PAYMENT OF ATTORNEY'S FEES
Description
Pursuant to Florida Statute, Section 1012.26, Diana O'Neill seeks attorney's fees in the amount of $462,880.00 and costs in the amount of $14,583.71 that were incurred in defending the case of Hatfield v. O'Neill.

Recommendation
That the School Board reject Diana O'Neill's request for payment of attorney fees and costs and authorize counsel to file a declaratory judgment action to resolve the issue of whether and, if so, to what extent, the School Board owes Diana O'Neill any reimbursement for attorney's fees and costs incurred in defending the case of Hatfield v. O'Neill.

68. PUBLIC HEARING ON UNIVERSAL FREE BREAKFAST PROGRAM
Description

Florida Statute, Section 595.405(4), requires district School Boards to approve or disapprove a policy to offer universal free breakfast at all elementary, middle, and high schools with 80% or more students eligible for free or reduced price meals after hearing public testimony at two or more regular Board meetings. This is the first of two opportunities for the Board to receive public testimony on this issue. No vote on this item is required at this time.

Qualifying schools are: Alta Vista, Emma E. Booker, Gocio, Tuttle, Wilkinson, Booker Middle, Triad North, Triad South, Sarasota School for Innovative Studies (SSIS), and SSIS Middle.

A vote of the policy will be held following the board receiving testimony a second time at the next meeting on August 05, 2014.



Recommendation
That the Public Hearing on Universal Free Breakfast Program be opened.

Attachment: Policy_8.45_School_Breakfast_Program[1].pdf


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

Recommendation
N/A


Adjournment
70. ADJOURNMENT
Description
N/A

Recommendation

N/A