JACKSON PUBLIC SCHOOL DISTRICT. Jackson, Mississippi. Date: June 24, 2014

Similar documents
Within the context of this policy, the following definitions apply:

SALE OF CONDOMINIUMS, THE NATHANIEL AT BANKS SQUARE 948 MAIN STREET, WALTHAM (Former Banks School)

Request for Proposal for Construction Management Services

eva Business Plan Revised 06/12/2006 and Effective 07/01/2006

Approved Vendor Lists. Food Service

Approved Vendor Lists. Food Service

AMENDMENT TO INCREASE PEST CONTROL SERVICES CONTRACT AMOUNT (ALL DISTRICTS) (3 VOTE)

TABLE OF CONTENTS. Purchasing and Contracts Division Purchasing Policies and Procedures The Competitive Process... 2

Addendum No. 2 for Calcium Nitrate Treatment Solution. 1. Page 1, SOLICITATION DUE DATE/TIME: has been revised to read as follows:

TITLE 5 MUNICIPAL FINANCE AND TAXATION 1

AMERICAN BOTTOMS REGIONAL WASTWATER TREATMENT FACILITY BID AB SLUDGE LOADING, HAULING & DISPOSAL TECHNICAL SPECIFICATIONS

The supply of materials and services for the University must be undertaken as follows:

IV. Orders, Quotations, Bids and Request for Proposal (RFP) Requirements

Solicitation Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City

MASCONOMET REGIONAL SCHOOL DISTRICT Computers Invitation to Bid

HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING

FORM FS must be completed and be in agreement with financial information reported on IRS Form 990 or the filed financial statement.

SACRAMENTO CITY UNIFIED SCHOOL DISTRICT BOARD OF EDUCATION

Belgrade School District No Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

REQUEST FOR PROPOSALS PEST CONTROL

Purchases from $750 $1,500 requires 3 Verbal Quotes. Purchases from $1,501 $24,999 requires 3 Written Quotes

Finance and Budget Department

JACKSON PUBLIC SCHOOL DISTRICT Pupil Registration

Sample Template REQUEST FOR QUOTE PERFORMANCE BASED SERVICES: SOLID WASTE AND RECYCLING. Date: xx/xx/xx

REQUEST FOR BID TREE TRIMMING and TREE REMOVAL for ELECTRIC LINE CLEARANCE

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

NECESSITY OF SCHOOL CONSTRUCTION STAGE III DESIGN REVIEWS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

SMALL, SMALL DISADVANTAGED, AND WOMEN -OWNED SMALL BUSINESS MODEL SUBCONTRACTING PLAN OUTLINE* Identification Data. Contractor: Address:

Florida Division of Emergency Management ITB-DEM Disaster Recovery Services Questions and Answers (ANSWERS IN BOLD)

SEALED BID SOLICITATION QUOTATION BLANKET ORDER

NOTICE OF INTENT TO SELL $9,900,000 ROCHESTER COMMUNITY SCHOOL BUILDING CORPORATION FIRST MORTGAGE BONDS, SERIES 2015

TRANSPORTATION SERVICES CONTRACTS

CITY OF MIAMI FEE ORDINANCE

CITY OF ALLIANCE REQUEST FOR QUOTES (RFQ) LAWN MOWING SERVICES

Ocoee, FL July 01, 2016 Advertisement No. 1

DOCUMENT NOTICE TO BIDDERS

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

California State Accounting Manual Object Classification Description. Descriptions for District Sub-Account Codes Associated with the Major Object

RICHMOND METROPOLITAN AUTHORITY RICHMOND EXPRESSWAY SYSTEM DECK REHABILITATION 2014 NORTHBOUND POWHITE OVER THE JAMES RIVER **********

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES

SOLICITATION QUOTATION BLANKET ORDER

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # PAYROLL SERVICES FOR TEMPORARY RESOURCES

TABLE OF CONTENTS. Prefacej... 1

REQUEST FOR QUALIFICATIONS FOR DEFENSE ATTORNEY(s)

UNIVERSITY HOSPITAL POLICY

You can connect with the State of Michigan s contracting office on through by following this link:

WEST VIRGINIA STATE TREASURER S OFFICE REQUEST FOR QUOTATIONS NO. BTI for

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

REQUEST FOR QUOTATIONS (RFQ) Open Market Lowest Price, Technically Acceptable

How to Do Business With Us ST. LOUIS COUNTY GOVERNMENT DIVISION OF PROCUREMENT AND ADMINISTRATIVE SERVICES

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES

ANCHORAGE SCHOOL DISTRICT ANCHORAGE, ALASKA. ASD MEMORANDUM #186 ( ) March 22, 2012

A Guide to the Fees for Planning Applications in England

Agency for Persons with Disabilities State of Florida Tacachale BIOHAZARD WASTE REMOVAL ITB # APD

REQUEST FOR PROPOSAL SCHOOL PHOTOGRAPHY SERVICES

CLARK COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING & CONTRACTS DIVISION

U.S. Department of Justice. March 11, 2014

Bidding and the California Uniform Public Construction Cost Accounting Act (CUPCCAA ) Everything You Need to Know

MODEL FINANCIAL POLICY FOR SCHOOL SUPPORT ORGANIZATIONS (PROCEDURES MANUAL)

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G Architectural Services RIDE 5 Year Capital Plan

DOCUMENT BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO

ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects

DALLAS COUNTY COMMUNITY COLLEGE DISTRICT

BUFFALO FISCAL STABILITY AUTHORITY REQUEST FOR PROPOSALS FOR INVESTMENT ADVISOR. August 6, 2015

IT IS RECOMMENDED THAT YOUR BOARD: 1. Find that this project is statutorily exempt from the provisions of the California Environmental Quality Act.

FAIRVIEW AREA SCHOOLS BOARD OF EDUCATION ORGANIZATIONAL BOARD MEETING JULY 14, 2008

SUPPLY CHAIN MANAGEMENT POLICY

Stephenson County, Illinois

WORKING DRAFT HOUSE BILL NO. Select Committee on Capital Financing and Investments A BILL. for

CHARTER TOWNSHIP OF WASHINGTON PURCHASING & BID POLICY

INTER-PARLIAMENTARY UNION

SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO MARY ANN MILLER, CPPO PURCHASING AGENT.

A Vendor s Guide to Purchasing Policies and Procedures

Transcription:

Board of Trustees Jackson Public School District Jackson, Mississippi Ladies and Gentlemen: JACKSON PUBLIC SCHOOL DISTRICT Jackson, Mississippi Date: June 24, 2014 Presented for your review on the attached page(s) are the bid tabulations for the formal bid proposals which were received in response to the bid solicitations indicated below. Bids were publicly advertised and opened according to all legal requirements (Mississippi Code of 1972, 31-7-13). All bids were tabulated, analyzed and based upon compliance with the specifications; the "lowest and best" bids were determined. Recommendations concerning the award of bids received for each bid category are contained on the attached page(s). Please consider recommendations for the following: Bid Opening Bid Name Number Date Re-Bid 2280 06-20-14 Lanier High School Window Restoration Project Bid 2288 05-12-14 Food Service Gas Combi-Ovens Requesting to be Rejected Bid 2289 06-06-14 Depository Bid Bid 2290 06-20-14 Asbestos Floor Tile Removal and Non-Asbestos Floor Cover Replacement at Siwell Middle School (Reject Requested) Bid 2229 06-05-12 Waste Disposal Extension for 2014-2015 Bid 2241 08-14-12 Site Care Services for Jackson Public School Extension for 2014-2015 Bid 2243 09-27-12 Pest Control Service Contract Extension for 2014-2015 It is recommended that the following action be taken by the Board of Trustees: A. AN ORDER be adopted ratifying the prior solicitation of bid proposals for the equipment, supplies, commodities and/or services in each bid category indicated above. B. AN ORDER be adopted authorizing the Chief Financial Officer or her designee to issue purchase orders and/or execute contracts and all related documents on behalf of the Board of Trustees to the vendors deemed to have submitted the lowest and best bids as indicated on the attached pages. C. AN ORDER be adopted to reject the bid of bidders who failed to comply with bid requirements, for the reason(s) indicated with each bid category, on the attached pages. D. AN ORDER be adopted to authorize the informal purchase of items according to all legal requirements and to the extent allowed under the law (Mississippi Code 1972, Annotated, 31-7-13(b)) for which no formal bids were received as indicated in the detailed support documentation on file in the Business Office. Recommendation approved by: Dr. Cedrick Gray Superintendent of Schools Submitted by: Sharolyn Miller Chief Financial Officer

Information about the Content and Formatting of the Attached Bid Tabulation Sheet(s) Pursuant to the legal requirements as outlined in the Mississippi Code 1972, Annotated, 31-7-13(d), all bid proposals received were compared to the written bid specifications and the recommendation to purchase or for rejection is indicated on the following pages, as per the manner prescribed below. Recommendation to Purchase: The recommendation to purchase from or award a contract to any vendor, is indicated on the attached tabulation sheet(s) by placing Low Bid to the right of the vendor s name/pricing and bolding the information. Rejection of an Item or an Entire Bid: The law requires that the District clearly state why in each instance that the lowest bid received is not the recommended lowest and best bid. The specific reason that an item or service, or a vendor s entire bid proposal, must be deemed "irregular" or non-compliant with the written bid specifications and therefore cannot be recommended for purchase, is indicated on the attached tabulation sheet(s) by drawing a line through the vendor s name/pricing and indicating the rejection reason beside the item. Unit Price Differences Between the Lowest and the Lowest and Best Bid: The unit price of all items is indicated and a difference between the bid unit price of the proposed item being rejected and the unit price of the item being recommended for purchase as the "lowest and best" can easily be computed from the data on the following pages. For each item, please see the attached tabulation sheet(s) for the bid name and number and opening date, item description, unit of measure, quantity purchased, and the unit or total pricing submitted by all vendors offering bid proposals. Minority Vendor Participation in the Bid Process: At the direction of the Board, all minority and women owned and operated vendors offering bid proposals are identified on the attached tabulation sheets, for informational purposes only. The following coding has been used: "M" Minority (Male) owned and operated business "W" Women (Non-minority) owned and operated business "B" Minority (Women) owned and operated business N Non-Minority owned and operated business

Bid Re-Bid 2280 (06-20-14) Lanier High School Window Restoration Project Source of Funds: N/A Recommendation Per: Pamela Young Vendor Location Base Bid Amount N Historic Renovations of Yazoo, Yazoo City, $498,300.84 Inc. Yazoo M New England Contractors, LLC Jackson, MS $577,000.00 N Sullivan Enterprises, Inc. Magee, MS $831,000.00

Bid 2288 (05-12-14) Food Service Gas Combi-Ovens Source of Funds: 2110-900-3162-000-730-001 Recommendation Per: Mary Hill Vendor Location Abbreviation N Douglas Equipment Bluefield, WV Douglas W Pasco Brokerage, Inc. Plano, TX Pasco N Associated Food Equipment & Supplies Gulfport, MS Associated N Hotel & Restaurant Supply Jackson, MS Hotel 1. Body Elementary and Murrah High School: Gas Combi-Ovens Hotel $123,176.00 Rejected Associated $130,200.00 Rejected Douglass $132,276.88 Rejected Pasco $156,300.00 Rejected 2. Whitten Middle School and Wingfield High School: Gas Combi-Ovens Douglass $74,054.28 Rejected Pasco $77,400.00 Rejected Hotel $127,320.00 Rejected Associated $139,000.00 Rejected We are requesting that the Board allow the Food Service Department to reject bid #2288 on the grounds that the Combi-ovens did not meet bid specifications. Bid 2289 (06-06-14) - Depository Source of Funds: District Maintenance Financial impact will be based on the utilization of services offered The Finance Office recommends that the following financial institutions be approved as depositories for July 1, 2014 through June 30, 2017: Full-service financial institutions including cash management and treasury functions: BankPlus Trustmark National Bank Only Demand Deposit Accounts at no cost to the District: BancorpSouth Renasant Bank Financial institutions sent bids but did not return a bid include the following: Liberty Bank Regions Bank

Bid 2229 (June 5, 2012) Waste Disposal Source of Funds: 1120-900-2644-000-430-001 Effective Dates: July 2012 June 2014 Extension Option: July 2014 June 2015 Recommendation Per: Fred Davis Vendor Location Abbreviation N Waste Management of MS, Inc Jackson, MS Waste M NCS/Waste Pro Jackson, MS NCS N Allied Waste Services Jackson, MS Allied N Unity Clean-up & Removal Service & Lawn Maintenance Jackson, MS Unity Waste Management of MS, Inc. - Acknowledge No Addendum Unity Clean-up & Removal Service - Acknowledge No Addendum 1. Cost for 8 Cubic Yard Dumpster Pickup Waste $13.52 NCS $14.80 Allied $15.02 Unity $24.25 Group A Instructional Facilities - Annual Contract Amount Based on Projected Total of Dumpster Pickups 17,784 Vendor Year 2012-2013 Year 2013-2014 Year 2014-2015 Waste $252,901.44 $260,488.48 $268,303.14 NCS $263,203.20 $278,995.39 $295,735.11 Allied $267,701.35 $273,055.37 $278,516.47 Unity $419,040.00 $431,611.20 $444,559.53 Group B Administrative Facilities - Annual Contract Amount Based on Projected Total of Dumpster Pickups 2,223 Vendor Year 2012-2013 Year 2013-2014 Year 2014-2015 Waste $31,612.68 $32,561.06 $33,537.89 NCS $32,900.40 $34,874.42 $36,966.89 Allied $33,462.66 $34,131.91 $34,814.54 Unity $39,759.00 $40,951.77 $42,180.32 Groups A & B GRAND TOTAL FOR ALL THREE (3) YEARS Vendor Year 1 Year 2 Year 3 Waste $284,514.12 $293,049.54 $301,841.03 NCS $296,103.60 $313,870.81 $332,702.00 Allied $301,640.01 $307,187.28 $313,331.01 Unity $458,799.00 $472,562.97 $486,739.85 2. Monthly Rental Fee for Roll-Off Containers - Cost Per Month Waste $0 NCS $0 Allied $0 Unity $186.00 3. Cost for Pickup for Roll-Off Container Waste $175.00 NCS $240.00 Allied $190.00 Unity $200.00

Bid 2241 (08-14-12) Site Care Services for Jackson Public Schools Effective Date: Sept. 19, 2012 - June 30, 2014 With the Option to Extend 2014-2015 Source of Funds: 1120-900-2630-000-337-342 Recommendation: Fred Davis Vendor Location Abbreviation M Basic Living Service Jackson, MS Basic M JTB, LLC Brandon, MS JTB N The Ground Guy s Ridgeland, MS Grounds M Terry s Landscaping & Lawn Service Jackson, MS Terry s M Morris Lawn Service Jackson, MS Morris M CVP Janitorial & Lawn Services Canton, MS CVP M Sanders Lawn Service Jackson, MS Sanders M Venus Does Landscapes Jackson, MS Venus M Allen Lawn Care Terry, MS Allen M Total Package Lawn Care Jackson, MS Total M SAC s Lawn Care Jackson, MS SAC s M Harris Painting & Lawn Service, Inc. Terry, MS Harris M Brighter Days Lawn Service, LLC Jackson, MS Brighter N Smith Lawn & Landscaping Puckett, MS Smith M Reed Enterprises Jackson, MS Reed CENTRAL YEAR 1 2012-2013 YEAR 2 2013-2014 YEAR 3 2014-2015 Morris No Bid No Bid No Bid Basic No Bid No Bid No Bid Brighter No Bid No Bid No Bid JTB (Incomplete bid package) 1,115.00 1,115.00 1,115.00 Venus(Incomplete bid package) 1,129.00 1,129.00 1,129.00 Harris Lowest & Best Bid 1,350.00 1,350.00 1,350.00 Reed (Poor Performance History) 1,503.24 1,503.24 1,503.24 Sanders 1,600.00 1,600.00 1,600.00 Terry s (Incomplete bid package) 1,700.80 1,700.80 1,700.80 Total (Poor Performance History) 1,725.00 1,725.00 1,725.00 Allen (Incomplete bid package) 2,099.00 2,099.00 2,099.00 CVP (Incomplete bid package) 2,135.00 2,735.00 3,335.00 Grounds 2,187.00 2,187.00 2,187.00 Smith 2,999.98 2,999.98 2,999.98 SAC s (Incomplete bid package) 4,425.00 4,425.00 4,425.00 WEST GROUP YEAR 1 YEAR 2 YEAR 3 2012-2013 2013-2014 2014-2015 Basic No Bid No Bid No Bid Venus No Bid No Bid No Bid Brighter No bid No Bid No Bid Harris (Awarded Central Group) 1,700.00 1,700.00 1,700.00 Sanders Lowest & Best Bid 1,779.00 1,779.00 1,779.00 JTB (Incomplete bid package) 1,795.00 1,795.00 1,795.00 Reed (Poor Performance History) 1,857.60 1,857.60 1,857.60 Total (Poor Performance History) 2,090.00 2,090.00 2,090.00 Morris 2,098.00 2,098.00 2,098.00 Allen (Incomplete bid package) 3,045.00 3,045.00 3,045.00 Grounds 3,466.00 3,466.00 3,466.00 Smith 3,799.99 3,799.99 3,799.99 Terry s (Incomplete bid package) 3,809.75 3,809.75 3,809.75 CVP (Incomplete bid package) 3,950.00 4,500.00 5,050.00 SAC s (Incomplete bid package) 5,325.00 5,325.00 5,325.00 TOTAL TOTAL

EAST GROUP YEAR 1 2012-2013 YEAR 2 2013-2014 YEAR 3 2014-2015 Basic No Bid No Bid No Bid Venus No Bid No Bid No Bid Brighter No Bid No Bid No Bid JTB (Incomplete bid package) 1,710.00 1,710.00 1,710.00 Harris (Awarded Central Group) 1,785.00 1,785.00 1,785.00 Reed (Poor Performance History) 2,082.32 2,082.32 2,082.32 Sanders (Awarded West Group) 2,124.00 2,124.00 2,124.00 Total (Poor Performance History) 2,265.00 2,265.00 2,265.00 Morris Lowest & Best Bid 2,395.00 2,395.00 2,395.00 Allen (Incomplete bid package) 2,669.00 2,669.00 2,669.00 Grounds 2,796.00 2,796.00 2,796.00 Smith 3,100.00 3,100.00 3,100.00 CVP (Incomplete bid package) 3,250.00 3,800.00 4,350.00 Terry s (Incomplete bid package) 3,336.25 3,336.25 3,336.25 SAC s (Incomplete bid package) 5,175.00 5,175.00 5,175.00 SOUTH GROUP A YEAR 1 YEAR 2 YEAR 3 2012-2013 2013-2014 2014-2015 Venus (Incomplete bid package) 999.00 999.00 999.00 JTB (Incomplete bid package) 1,088.00 1,088.00 1,088.00 Harris (Awarded Central Group) 1,160.00 1,160.00 1,160.00 Reed (Poor Performance History) 1,278.04 1,278.04 1,278.04 Sanders (Awarded West Group) 1,470.00 1,470.00 1,470.00 Total (Poor Performance History) 2,035.00 2,035.00 2,035.00 Allen (Incomplete bid package) 2,228.00 2,228.00 2,228.00 Terry s (Incomplete bid package) 2,885.00 2,885.00 2,885.00 Morris (Awarded East Group) 2,915.00 2,915.00 2,915.00 Smith Lowest & Best Bid 2,999.99 2,999.99 2,999.99 Grounds 3,005.00 3,005.00 3,005.00 SAC s (Incomplete bid package) 3,450.00 3,450.00 3,450.00 Brighter (Did not Fulfill Previous 3,600.00 3,600.00 3,600.00 Contract with District) CVP (Incomplete bid package) 3,625.00 4,025.00 4,425.00 Basic (Incomplete bid package) 4,500.00 4,500.00 4,500.00 SOUTH GROUP B YEAR 1 YEAR 2 YEAR 3 2012-2013 2013-2014 2014-2015 Basic No Bid No Bid No Bid Venus No Bid No Bid No Bid Brighter No Bid No Bid No Bid Harris (Awarded Central Group) 1,840.00 1,840.00 1,840.00 JTB (Incomplete bid package) 1,986.00 1,986.00 1,986.00 Sanders (Awarded West Group) 2,040.99 2,040.99 2,040.99 Reed (Poor Performance History) 2,097.55 2,097.55 2,097.55 CVP (Incomplete bid package) 3,400.00 3,800.00 4,200.00 Total (Poor Performance History) 3,565.00 3,565.00 3,565.00 SAC s (Incomplete bid package) 4,090.00 4,090.00 4,090.00 Morris (Awarded East Group) 3,980.00 3,980.00 3,980.00 Allen (Incomplete bid package) 4,210.00 4,210.00 4,210.00 Smith Lowest & Best Bid 4,350.00 4,350.00 4,350.00 Grounds 4,520.00 4,520.00 4,520.00 Terry s (Incomplete bid package) 5,262.50 5,262.50 5,262.50 NORTH GROUP YEAR 1 YEAR 2 YEAR 3 2012-2013 2013-2014 2014-2015 Basic No Bid No Bid No Bid Venus No Bid No Bid No Bid Brighter No Bid No Bid No Bid JTB (Incomplete bid package) 1,765.00 1,765.00 1,765.00 TOTAL TOTAL TOTAL TOTAL

Sanders (Awarded West Group) 2,514.00 2,514.00 2,514.00 Harris (Awarded Central Group) 2,731.00 2,731.00 2,731.00 Reed (Poor Performance History) 3,054.44 3,054.44 3,054.44 Total (Poor Performance History) 3,330.00 3,330.00 3,330.00 Allen (Incomplete bid package) 5,511.00 5,511.00 5,511.00 Morris (Awarded East Group) 5.065.00 5.065.00 5.065.00 CVP (Incomplete bid package) 5,150.00 5,750.00 6,350.00 Smith (Awarded South A & B Groups) 5,300.00 5,300.00 5,300.00 Grounds Lowest & Best Bid 5,307.00 5,307.00 5,307.00 SAC s (Incomplete bid package) 5,900.00 5,900.00 5,900.00 Terry s (Incomplete bid package) 6,888.75 6,888.75 6,888.75 Bid 2243 (09-27-12) Pest Control Service Contract Source of Funds: 1120-900-2644-000-320-001 Effective Dates: Nov 1, 2012 - June 30, 2013 with the Option to Renew for Two Additional Years Recommendation: Fred Davis Vendor Location Abbreviation M Hathorn s Pest Control Jackson, MS Hathorn s M Deerfield Pest Control, Inc. Jackson, MS Deerfield M Integrated Pest Control Maintenance Jackson, MS Integrated N Redd Pest Solutions Jackson, MS Redd N Bay Pest Control Co., Inc. Ocean Springs, MS Bay Service contract for vendor to provide turnkey professional pest control services at all JPSD facilities for base fiscal year 2012-2013 plus pricing for an optional two additional years. The city was divided into three groups (North, Central, and South) in an attempt to enhance competition. Group 1 Base Nov. 1, 2012 thru June 30, 2013 Opt. 1 July 1, 2013 thru June 30, 2014 Opt. 2 July 1, 2014 thru June 30, 2015 Vendor Total Redd No Bid No Bid No Bid No Bid Integrated $17,343.00 $26,014.00 $26,014.00 $69,371.00 Bay $30,000.00 $30,000.00 $30,000.00 $90,000.00 Deerfield $48,000.00 $48,000.00 $48,000.00 $144,000.00 Hathorn s $75,000.00 $82,500.00 $90,700.00 $248,200.00 Group 2 Base Nov. 01, 2012 thru June 30, 2013 Opt. 1 July 1, 2013 thru June 30, 2014 Opt. 3 July 1, 2014 thru June 30, 2015 Vendor Total Integrated $20,118.00 $30,177.00 $30,177.00 $80,472.00 Redd $28,880.00 $30,324.00 $31,840.00 $91,044.00 Bay $34,800.00 $34,800.00 $34,800.00 $104,400.00 Deerfield $48,000.00 $48,000.00 $48,000.00 $144,000.00 Hathorn s $87,000.00 $95,700.00 $105,270.00 $287,970.00 Group 3 Base Nov. 01, 2012 thru June 30, 2013 Opt. 1 July 1, 2013 thru June 30, 2014 Opt. 2 July 1, 2014 thru June 30, 2015 Vendor Total Redd No Bid No Bid No Bid No Bid Integrated $17,343.00 $26,014.00 $26,014.00 $69,371.00

Bay $30,000.00 $30,000.00 $30,000.00 $90,000.00 Deerfield $48,000.00 $48,000.00 $48,000.00 $144,000.00 Hathorn s $75,000.00 $82,500.00 $90,700.00 $248,200.00 Combined Groups Grand Total for all Three Years per Vendor Combined Groups/Years Vendor Total Redd $ 91,044.00 Integrated $ 219,214.00 Bay $ 284,400.00 Deerfield $ 432,000.00 Hathorn s $ 784,370.00