Hillsborough County Public Schools Business
Action Item

DATE: Tuesday, October 2, 2007
TO: School Board Members
FROM: MaryEllen Elia, Superintendent

SUBJECT / RECOMMENDATIONS

Accept the Proposal Submitted by Various Contractors - Request for Proposal (RFP) #0007002-EST Client Services for Speech-Language Pathology for Private School Students (Business Division)

EXECUTIVE SUMMARY

On July 30, 2007, the Procurement Department in conjunction with the Exceptional Student Education Department issued a Request for Proposal (RFP) for Client Services for Speech-Language Pathology for eligible parentally placed private school students with disabilities, who attend private schools located in Hillsborough County. To evaluate this RFP, firms were asked to provide their familiarity with the types of problems associated with the scope of services, qualifications and experience, fees, small business utilization, and references. Proposals were due on August 21, 2007. The District utilizes an online vendor registration system to notify potential bidders of opportunities. Through this system, thirteen firms responded (Attachment A). The evaluation process included a committee of district-level personnel and private school administrators (Attachment B). The committee evaluated the proposals based on RFP criteria during Phase I on August 31, 2007 (Attachment C). The evaluation committee selected a short list of four firms to move to future phases. The committee met on September 12, 2007, to evaluate oral presentations and review references. After all phases were completed, the committee reviewed key points as a group and individually rated each firm for final compilation and ranking (Attachment D). The committee recommended Beth Ingram and Associates as the primary provider and Independent Living, Inc. as the alternate provider. The hourly fee which includes travel for the requested service is $50.00 per hour for licensed Speech-Language Pathology therapy services. The initial term of the contract shall be for a one year period with an effective date of October 13, 2007.

ANNUAL DISTRICT GOAL(S) AND CRITICAL SUCCESS FACTOR(S)

As stated in OPPAGA report: “Efficient purchasing and warehousing require that management processes be in place to ensure that supplies, equipment, and services vital to the school’s education mission are purchased from a competitive source, in the right quantity, delivered timely to the correct location, and stored in a secure location."

FINANCIAL IMPACT (Budgeted: Yes)

These services are funded via a proportionate share of the existing Individuals with Disabilities Education Act (IDEA 2004) Grant, as mandated by federal law and approved by Florida Department of Education, in the amount of $756,998.33. Federal Law mandates that this proportionate share amount of the IDEA 2004 Grant must be expended on services to parentally placed private school students with disabilities.

EVALUATION

Contract administration or evaluation is performed by the Project Manager and Senior Procurement Officer, who function as a team. Reviews are conducted face to face, typically quarterly, or by utilizing an online vendor performance report. Prior to soliciting a new contract, the Contract Administration team must first give consideration to the specifications and supporting data of the expiring contract.

SUBMITTED BY: Jean R. Bowman, General Manager of Procurement

Michael A. Grego, Ed.D.
Assistant Superintendent, Curriculum and Instruction
(813) 272-4221
Gretchen Saunders
Chief Business Officer
(813) 272-4270
A 5.06
Hillsborough County Public Schools (Florida) * Mtg.#20071002_267 * Section A Item# 5.06