WCPSS Logo

WCPSS--Board of Education WCPSS--<!--title-->

Board of Education

Board Agenda for the Week of 06/21/2005



OPEN SESSION

Committee of the Whole -1 p.m.
Finance -Official Budget Resolution 2005-2006
Facilities-Continuation of Building Plan Assumptions and
Short Term /Long Term Capacity Needs
CALL TO ORDER 4 p.m.

QUORUM DETERMINATION


INFORMATION

Chair's Comments
Superintendent's Report

PUBLIC COMMENT

Citizens who signed up to address the board during public comment will be called on in priority order—first for items on the agenda and then for items not on the agenda. Each individual speaker will be allowed three minutes for remarks. Issues or concerns involving personnel matters are not appropriate for this public comment setting. After 30 minutes of public comment, any speakers remaining will be recognized at the end of the agenda for their comments.

APPROVAL OF MEETING AGENDA


INFORMATION ITEMS


1. REPORT BY RALEIGH ORGANIZATION FOR ACTION AND RESULTS (ROAR) ON SCHOOL ASSESSMENTS

In May 2004 leaders of the non-profit organization known as Raleigh Organization for Action and Results (ROAR) contacted board members and staff to offer its assistance in making WCPSS schools better places to learn. ROAR is a broad-based, interfaith and ecumenical coalition, with the stated purpose to bring people and institutional networks together to create positive change to issues impacting the entire community. ROAR's Youth & Education Action Team proposed to visit WCPSS schools to evaluate conditions and assist in making the public aware of needs. From February through May 2005, volunteer teams visited some fifty schools across the county, and provided written reports of their findings. Staff have reviewed those reports and initiated follow-up actions. Leaders of ROAR will present a summary report to the Board. Fiscal Implications: None. Recommendation for Action: For information only.

CONSENT ITEMS


PROGRAM


1. CONTRACT: SCHOOL RESOURCE OFFICERS FOR 2005-2006

This contract will be made with the Town of Cary to provide school resource officers at each of the high schools located within the city. The following is a list of the schools: Cary High School, Green Hope High School, and Middle Creek High School.

2. CONTRACT: SCHOOL RESOURCE OFFICERS FOR 2005-2006

This contract will be made with the City of Raleigh to provide school resource officers at each of the high schools located within the city. The following is a list of the schools: Athens Drive High School, Broughton High School, Enloe High, Longview/Phillips High School, Leesville High School, Millbrook High School, Sanderson High School, Southeast Raleigh High School, and Wakefield High School.

3. CONTRACT WITH FLORIDA INSTITUTE FOR NEUROLOGIC REHABILITATION, INC.

This is a continuation of an existing court settlement that began May 2002. WCPSS, at the last IEP meeting, continued to agree that this was the least restrictive environment for this student, who has multiple neurological and behavioral problems. We are able to recoup half of this amount from Special State funds each year.

4. ALTERNATIVE PRIVATE PROGRAM SERVICE FOR SPECIAL EDUCATION STUDENTS WHO HAVE BEEN LONG-TERM SUPSENDED

State and federal law requires that students with disabilities who have been long-term suspended continue to receive a free appropriate public education and related services, and access to general curriculum as determined by the IEP team. The Life Course Academy will administer the program at their facility located at 3012 Falstaff Road, Raleigh, NC. The contract will run from July 1, 2005, through June 30, 2006. The program provides education for up to 30 long-term suspended special education students whose IEP's call for continued resource to separate services. Legally mandated core academic classes and behavioral training will be provided. Students will attend 5 days per week, 6 hours per day. Transportation will be provided by WCPSS.

5. ALTERNATIVE PRIVATE PROGRAM SERVICE FOR SPECIAL EDUCATION STUDENTS WHO HAVE BEEN IDENTIFIED AS HAVING SEVERE EMOTIONAL DISABILITIES.

State and federal law requires that students with severe emotional disabilities receive a free appropriate public education and related services, and access to general curriculum as determined by the IEP Team. Due to the nature and severity of their disabilities, it is necessary that the students receive their instruction in a separate school setting. The Life Course Academy will administer the program at their facility located at 3012 Falstaff Road, Raleigh, NC. The contract will run from July 1, 2005, through June 30, 2006. The program provides education for up to 10 emotionally disabled students whose IEP's call for separate school services. Legally mandated core academic classes and behavioral training will be provided. Transportation will be provided by WCPSS.

6. GRANT PROPOSALS

Entitlement (#961): PRC 051 - North Carolina Department of Public Instruction, Title 1 - Migrant Education/Central Office, Prevention Services.

FACILITIES


1. CHANGE ORDER NO. O-1: BARWELL ROAD ELEMENTARY

Board approval is requested for Change Order No. O-1 to S&ME, Inc. This change order in the amount of $186,263.10 is for providing material testing services during the construction of Barwell Road Elementary School/Community Center. Fiscal Implications: Funding is available from the total project budget of $25,583,440, of which $697,249 is from the PLAN 2000 School Building Program, $17,131,018 is from the PLAN 2004 School Building Program and $7,755,173 is from the City of Raleigh. The City of Raleigh will pay for their portion of the material testing services. Recommendation for Action: Board approval is requested.

2. BIDS: CARROLL MIDDLE MODULAR CLASSROOM UNITS / PACKAGE C-2

Bids were received on May 26, 2005 for the site set-up of two leased eight-classroom modular units at Carroll Middle. Theses units will be used for swing space during the Carroll Middle renovation. Staff and Brown & Jones Architects, Inc. recommend award of the single-prime contract to C. Blake Lewis in the amount of $222,142. Fiscal Implications: The total proposed project budget is $16,857,371, of which $13,657,371 is currently available from the PLAN 2004 School Building Program. An estimated future reallocation of $3,200,000 may be required in recognition of escalating construction costs. Recommendation for Action: Board approval is requested.

3. BIDS: DANIELS MIDDLE PHASE II ASBESTOS ABATEMENT

Bids for the asbestos abatement of the second and third floors of the classroom and administrative wings at Daniels Middle were received on June 7, 2005. Staff and EEC, Inc. recommend award of the single-prime contract to Contaminant Control, Inc. in the amount of $260,352.00. Fiscal Implications: Funding is available from the total project budget of $17,668,153 of which $822,678 is from PLAN 2000 Start-up, and $16,845,475 is from PLAN 2004 School Building Program. Recommendation for Action: Board approval is requested.

4. RESOLUTION: FUNDING FOR PLAN 2004 SCHOOL BUILDING PROGRAM

This quarterly resolution requests funds for the PLAN 2004 School Building Program previously approved by the Board. This request will provide funding for design and construction at various PLAN 2004 projects, in accordance with the master schedule. In addition it will provide funding for commissioning of projects recently bid and escalation for projects that were recently bid or will be bid before the next quarterly appropriation. Fiscal Implications: Total of this appropriation request is $43,832,918. Appropriations for PLAN 2004 to date total $392,609,239. The total PLAN 2004 appropriations including this request, equals $436,442,157. Recommendation for Action: Board approval is requested.

5. RESOLUTION: PLAN 2004 LONG-RANGE BUILDING PROGRAM FUNDING REALLOCATION

Resolution requests reallocation of construction funds from the PLAN 2004 projects at E-19, Pre-K Center and Aversboro Elementary, to Cary High and Program Contingency to fund escalation on projects already bid or to be bid in the next five months. In addition, the resolution requests reallocation of commissioning funds to projects already bid, and funds to cover permit fees on projects that will be bidding in the next five months. The total reallocation amount is $13,648,256. Fiscal Implications: No additional appropriation of funding is necessary. Recommendation for Action: Board approval is requested.

6. RESOLUTION: PLAN 2000 LONG-RANGE BUILDING PROGRAM FUNDING REALLOCATION

On October 8, 2002, the Board approved the reallocation of $5,566,217 of Start-Up funds to the Special/Optional School (River Oaks Middle School). Subsequently project scopes for Longview and Special/Optional have changed and now staff requests that this resolution be rescinded. This Resolution requests reallocation of $5,566,217 from the PLAN 2000 Start-Up project to Longview School, instead of the previously approved Special/Optional School. Fiscal Implications: No additional appropriation of funding is necessary. Recommendation for Action: Board approval is requested.

7. TRANSIT EASEMENT - EAST MILLBROOK MIDDLE

In order to receive approval from the City of Raleigh to locate modular units at East Millbrook Middle School, the Board of Education must dedicate a transit easement to the City of Raleigh along Spring Forest Road. The easement is 15 feet by 20 feet or 300 square feet. The easement will be provided by recorded plat. Fiscal Implications: None. Recommendation for Action: Staff requests Board approval to grant the City of Raleigh a transit easement of 300 square feet at East Millbrook Middle School.

FINANCE


1. REPORT OF ADMINISTRATION APPROVED CONTRACTS

The attached summaries are provided as information in accordance with Board Policy 8361. The summaries list all change orders, and contracts having a value greater than $50,000 and not over $100,000, and purchase orders in excess of $250,000 for May 2005. Fiscal Implications: Not applicable.

2.GIFTS TO THE SYSTEM

Twenty-eight gifts have been donated to the Wake County Public School System. The approximate value of the gifts is $81,841.00. Fiscal Implications: Not applicable.

3. NETCOMLOGIC, INC. SERVICE AGREEMENT

On March 6, 2005 a Request for Proposal was released offering qualified vendors an opportunity to bid on four areas of service: workstation support, WAN/LAN support, UNIX systems administrative support services and application development and programming. A vendor could bid on one, two, three or all four of these areas. A twelve-member Selection Committee was formed and each of the twenty-three proposals received was scored based on established scoring criteria. Discussions followed, vendors were short-listed and eventually Best and Final Offers were requested from select vendors. In the end, Netcomlogic was chosen to provide specific technical services for our IT area. This is a one-year contract with the option of renewal for the second and third years. Contract amount set at a not to exceed total of $461,260. This will be paid out monthly as a flat rate of $33,855 plus an amount for hours provided by a part-time Financials DBA during the invoiced period. Fiscal Implications: Not to exceed total of contract is $461,260. Funding for contracted services was identified and planned for in the 2005-06 fiscal year budget request. Funding contingent upon approval of the Technology Services current expense budget allotment.

4. MCNATTON TECHNOLOGIES LLC SERVICE AGREEMENT

On March 6, 2005 a Request for Proposal was released offering qualified vendors an opportunity to bid on four areas of service: workstation support, WAN/LAN support, UNIX systems administrative support services and application development and programming. A vendor could bid on one, two, three or all four of these areas. A twelve-member Selection Committee was formed and each of the twenty-three proposals received was scored based on established scoring criteria. Discussions followed, vendors were short-listed and eventually Best and Final Offers were requested from select vendors. In the end, McNatton Technologies was the vendor chosen to provide UNIX systems administrative support services. This is a one-year contract with the option of renewal for the second and third years. Contract will be paid monthly as a flat rate of $50,700. Fiscal Implications: Total amount of contract is $608,400. Funding for contracted services was identified and planned for in the 2005-06 fiscal year budget request. Funding contingent upon approval of the Technology Services current expense budget allotment.

5. 4FRONT SYSTEMS, INC. SERVICE AGREEMENT

On March 6, 2005 a Request for Proposal was released offering qualified vendors an opportunity to bid on four areas of service: workstation support, WAN/LAN support, UNIX systems administrative support services and application development and programming. A vendor could bid on one, two, three or all four of these areas. A twelve-member Selection Committee was formed and each of the twenty-three proposals received was scored based on established scoring criteria. Discussions followed, vendors were short-listed and eventually Best and Final Offers were requested from select vendors. In the end, 4Front Systems was one of two vendors chosen to provide workstation support services. This is a one-year contract with the option of renewal for the second and third years. Contract amount set at a not to exceed total of $460,800. Contract amount may be less depending on number of personnel actually provided. Fiscal Implications: Not to exceed total of contract is $460,800. Funding for contracted services was identified and planned for in the 2005-06 fiscal year budget request. Funding contingent upon approval of the Technology Services current expense budget allotment.

6. POMEROY IT SOLUTIONS SERVICE AGREEMENT

On March 6, 2005 a Request for Proposal was released offering qualified vendors an opportunity to bid on four areas of service: workstation support, WAN/LAN support, UNIX systems administrative support services and application development and programming. A vendor could bid on one, two, three or all four of these areas. A twelve-member Selection Committee was formed and each of the twenty-three proposals received was scored based on established scoring criteria. Discussions followed, vendors were short-listed and eventually Best and Final Offers were requested from select vendors. In the end, Pomeroy was one of two vendors chosen to provide workstation support services. This is a one-year contract with the option of renewal for the second and third years. Contract amount set at a not to exceed total of $460,800. Contract amount may be less depending on number of personnel actually provided. Fiscal Implications: Not to exceed total of contract is $460,800. Funding for contracted services was identified and planned for in the 2005-06 fiscal year budget request. Funding contingent upon approval of the Technology Services current expense budget allotment.

7.ADVANTAGE PROFESSIONALS OF RALEIGH LLC SERVICE AGREEMENT

On March 6, 2005 a Request for Proposal was released offering qualified vendors an opportunity to bid on four areas of service: workstation support, WAN/LAN support, UNIX systems administrative support services and application development and programming. A vendor could bid on one, two, three or all four of these areas. A twelve-member Selection Committee was formed and each of the twenty-three proposals received was scored based on established scoring criteria. Discussions followed, vendors were short-listed and eventually Best and Final Offers were requested from select vendors. In the end, Advantage Professionals was one of three companies chosen to serve as a preferred vendor in providing application development and programming services. This is a one-year contract with the option of renewal for the second and third years. Contract amount set at a not to exceed total of $672,000 based on number of contracted personnel being provided. Fiscal Implications: Not to exceed total of contract is $672,000. Funding for contracted services was identified and planned for in the 2005-06 fiscal year budget request. Funding contingent upon approval of the Technology Services current expense budget allotment.

8. ALLIANCE OF PROFESSIONALS & CONSULTANTS, INC. SERVICE AGREEMENT

On March 6, 2005 a Request for Proposal was released offering qualified vendors an opportunity to bid on four areas of service: workstation support, WAN/LAN support, UNIX systems administrative support services and application development and programming. A vendor could bid on one, two, three or all four of these areas. A twelve-member Selection Committee was formed and each of the twenty-three proposals received was scored based on established scoring criteria. Discussions followed, vendors were short-listed and eventually Best and Final Offers were requested from select vendors. In the end, Alliance of Professionals & Consultants was one of three companies chosen to serve as a preferred vendor in providing application development and programming services. This is a one-year contract with the option of renewal for the second and third years. Contract amount set at a not to exceed total of $1,267,200 based on number of contract personnel being provided. Fiscal Implications: Not to exceed total of contract is $1,267,200. Funding for contracted services was identified and planned for in the 2005-06 fiscal year budget request. Funding contingent upon approval of the Technology Services current expense budget allotment.

9. TITAN CORPORATION SERVICE AGREEMENT

On March 6, 2005 a Request for Proposal was released offering qualified vendors an opportunity to bid on four areas of service: workstation support, WAN/LAN support, UNIX systems administrative support services and application development and programming. A vendor could bid on one, two, three or all four of these areas. A twelve-member Selection Committee was formed and each of the twenty-three proposals received was scored based on established scoring criteria. Discussions followed, vendors were short-listed and eventually Best and Final Offers were requested from select vendors. In the end, Titan Corporation was the vendor chosen to provide WAN/LAN support services. This is a one-year contract with the option of renewal for the second and third years. Contract will be paid monthly as a flat rate of $51,000. Fiscal Implications: Total amount of contract is $612,000. Funding for contracted services was identified and planned for in the 2005-06 fiscal year budget request. Funding contingent upon approval of the Technology Services current expense budget allotment.

10. RENEWAL OF ADMINISTRATIVE ASSISTANTS, LTD. (AAL) MAINTENANCE AGREEMENT

WCPSS has an agreement with AAL to provide maintenance and support of the eSIS software used for NCWise. This contract was the result of WCPSS becoming its own data center in 2003 and the need for direct contact with AAL. The software license fee is covered by the Department of Public Instruction as agreed to in a Memo of Understanding. Maintenance cost is $164,000 to renew for the 2005-06 fiscal year. This is the same cost as last year. Fiscal Implications: Total amount is $164,000. Funding for contracted services was identified and planned for in the 2005-06 fiscal year budget request. Funding contingent upon approval of the Technology Services current expense budget allotment.

11. CONTRACT: SECURITY SERVICES FOR 2005

Board approval is requested for contracted security services for the high school parking lots, various elementary schools, night patrol, and the Alarm Monitoring Center. Staff recommends that the Lankford Protective Services, Inc. be awarded the contract for an hourly rate of $14.67. The estimated value of this contract is approximately $990,360. Lankford will provide highly trained bicycle patrol officers who will work in conjunction with the School Resource Officers and surveillance cameras in providing a safe environment for our students and staff. Fiscal Implications: Funds are available through the proceeds of parking passes sold to high school students and through budgeted security contract services funds.

HUMAN RESOURCES


1. REQUEST FOR LEAVES


COMMITTEE CHAIRS' REPORTS


ACTION ITEMS


PROGRAM


1. ASSIGNMENT OF NEW SUBDVISIONS TO SCHOOLS

The staff of the Office of Growth Management presented recommendations for the following subdivisions: Brier Creek Country Club (Phases 26 and 27): Heritage Crest Townhomes: Village of Rolesville (Phase 2, Track 2, Phase 5, Track 4): and Willow Crest Townhomes.

2. TUITION FEE FOR 2005-2006

The staff of the office of Growth Management will present tuition fees for the 2005-2006 school year for nonresident students. This fee is based on the county tax appropriation for current expense, capital outlay, and capital improvement.

FACILITIES


1. WAKELON ELEMENTARY (E15) SCHEMATIC DESIGN

As requested by the Facilities Committee, staff will present options for designs of the Wakelon Elementary School campus. Staff will also present recommended option for schematic design approval, based on the design prepared by Cherry Huffman Architects, PA. Fiscal Implications: The total proposed project budget is $17,533,140, of which $15,033,140 is currently available from the PLAN 2004 School Building Program. An estimated future reallocation of $2,500,000 may be required in recognition of escalating construction costs. The contributions by Wake County Parks and Recreation and the Town of Zebulon have not been finalized. Recommendation for Action: Board approval is requested.

2. SCHEMATIC DESIGN: E-13 ELEMENTARY

Staff will present the schematic design documents for the Garner Area Elementary prepared by Pearce Brinkley Cease and Lee, PA, for the construction of a new 768 student capacity elementary school and future park. The master plan was developed in cooperation with the Wake County Parks and Recreation and the Town of Garner. Fiscal Implications: The total proposed budget is $17,333,140 of which $15,033,140 is currently available from the PLAN 2004 School Building Program. An estimated future reallocation of $2,300,000 may be required in recognition of escalating construction costs. The contributions by Wake County Parks and Recreation and the Town of Garner have not been finalized. Recommendation for Action: Board approval is requested.

FINANCE


1. ADOPTION OF THE 2005-2006 ANNUAL BALANCED BUDGET RESOLUTION

To approve the 2005-2006 Annual Balanced Budget Resolution. Fiscal Implications: To establish the Adopted Plan for Student Success for the Wake County Public School System for 2005-2006. Recommendation for Action: To approve the annual balanced budget resolution for fiscal year 2005-2006 in accordance with G.S. 115C-425.

POLICY


1. APPOINTMENT TO WAKE TECHNICAL COMMUNITY COLLEGE BOARD OF TRUSTEES

In accordance with NC General Statute 115D-12, the Board of Education appoints four of the trustees on the Wake Technical Community College Board of Trustees. Terms are for four years and are staggered. The term for one of the Board's appointees, Lide Cooke Anderson, expires June 30, 2005. Attached is a spreadsheet showing the current appointees of the Board of Education as well as the Curriculum Vitae of William (Bill) Kellet Atkinson II, President and CEO of WakeMed, who is being considered for nomination and appointment by the Board. Fiscal Implications-None. Recommendation for Action: Presented for nominations and appointment to be made by the Board.

CLOSED SESSION

§To consider confidential personnel information protected under G.S. 115C-319.
§To consider confidential student information protected under the Family Rights and Privacy Act (FERPA) and G.S.115C-402.
ACTION ITEMS (cont'd.)

HUMAN RESOURCES


1. RECOMMENDATIONS FOR ADMINISTRATIVE APPOINTMENTS


ADJOURNMENT


Meetings will be held in the Administration Building, 3600 Wake Forest Road, Raleigh, NC unless otherwise indicated.