skip to main content
Meeting Agenda
1. Financial Report     
1.A. Financial Report
1.B. Approval of Payment of Claims
1.C. Budget Revisions
1.D. Wire Transfers
1.E. Investment Transactions
1.F. WADM Projections
1.G. Fund Raisers
1.H. Investments in School Children
2. Bids, R.F.P.s and Quotes Reports
2.A. Bids
2.A.1) Bid 1189 - District-wide Painting Labor
This bid was advertised according to statute and bid documents were sent to six contractors.  One bid was received in response to the School District’s request for bids for District-wide Painting Labor services for the period of July 1, 2010 through June 30, 2011.  Lakehead Painting Company, 910 Hammond Ave, Superior, WI submitted the low hourly rate bid with an estimated value of $12,300.00 based on 200 estimated hours at a journeyman rate of $61.50.
2.A.2) Bid #1180, Bid Package #1 – West Middle School
Work Scope #1 – Site Earthwork, Excavation and Site Utilities – Veit & Company - $5,314,500.00
WS #2 – Site Concrete – Hovland, Inc. - $245,000.00 
The total cost of the contracts related to Bid #1180, Bid Package #1 – West Middle School as listed below is $5,559,500.00, which remains within the budgeted amount at this site.
2.A.3) Bid #1184, Bid Package #2 – West Middle School
The total cost of the contracts related to Bid #1184, Bid Package #2 – West Middle School as listed below is $27,012,484.00, which remains within the budgeted amount at this site.
WS #  3 – Concrete – Kelleher Construction, Inc. - $2,298,400.00
WS #  4 – Precast Concrete – Molin Concrete Products Company - $2,084,728.00
WS #  5 – Masonry – Rice Lake Construction Group - $3,788,650.00
WS #  6 – Structural Steel and metal Fabrications – Supply – LeJeune Steel Company - $1,261,500.00
WS #  7 – Steel Erection – Northern Industrial Erectors, Inc. - $308,000.00
WS #  8 – Carpentry – J. Eiden Construction, Inc. - $940,900.00
WS #  9 – Structural Glue Laminated Construction – Timber Systems, LLC - $521,532.00
WS #10 – Casework – Haldeman-Homme, Inc. - $736,354.00
WS #11& 12 – Metal Panels & Roofing – Berwald Roofing Company, Inc. – $2,246,949.00
WS #13 – Joint Sealers – Sunrise Specialty Contracting, Inc. - $51,800.00
WS #14 – Hollow Metal Doors, Finish Hardware, HM Frames – Supply – Sell Hardware, Inc. - $303,150.00
WS #15 – Sectional Doors – Lipe Brothers Construciton, Inc. - $49,500.00
WS #18 – Tile Work – Grazzini Brothers & Company - $251,900.00
WS #19 – Acoustical Ceilings and Treatments – Architectural Sales of MN, Inc. - $532,000.00
WS #20 – Wood Athletic Flooring – Haldeman-Homme, Inc. dba Anderson Ladd - $153,489.00
WS #21 – Carpet and Resilient Flooring – MCI, Inc. - $316,351.00
WS #22 – Terrazzo Flooring – Advance Terrazzo & Tile Company - $240,000.00
WS #23 – Painting, Coatings and Wall Coverings – Fransen Decorating, inc. - $254,652.00
WS #24 – Visual Display Boards – Supply – W.E. Neal Slate Company - $37,690.00
WS #26 – Miscellaneous Specialties – Kendell Doors & Hardware, Inc. - $107,150.00
WS #29 – Theatrical Stage Equipment – Gopher Stage Lighting - $276,927.00
WS #30 – Athletic Equipment – Haldeman-Homme, Inc. - $63,370.00
WS #31 – Window Treatments – Custom Drapery & Blinds by Michael Esch - $60,389.00
WS #32 – Audience Seating – Haldeman-Homme, Inc. - $265,953.00
WS #33 – Pool Construction – Aqua Logic, Inc. - $758,000.00
WS #35 – Fire Protection – Brothers Fire Protection - $324,000.00
WS #36 – Mechanical – Gorham Oien Mechanical, Inc. - $5,494,500.00
WS #37 – Electrical, Communications and Security – APi Electric Company - $3,284,650.00
2.A.4) Bid #1195 – Asbestos Abatement Phase 2 at East High School
The total cost of the contract related to Bid #1195 – Asbestos Abatement Phase 2 at East High School as listed above is $54,640.00, which remains within the budgeted amount at this site.
Asbestos Abatement, Phase 2 – ACCT, Inc. - $54,640.00
2.A.5) PLACEHOLDER - for Bids related to the LRFP
2.B. R.F.P.s
2.B.1) RFP 273 - Vehicle Fuel Requirements (District Wide)
Request for Proposals for the purchase of transportation fuel requirements were advertised in the Duluth News Tribune and submitted to six (6) area vendors.   The total is for a twelve (12) month period July 1, 2010 through June 30, 2011 and is based on estimated 110,000 gallon annual consumption.  The overall contract period is July 1, 2010 through June 30, 2014 with renewals annually July 1st of each year by mutual agreement of both parties. 
2.C. Quotes
3. Policies and Regulations
3.A. Policies
3.A.1) 9020 - Standing Committees-Second Reading
Please note the changes made since the first reading - recommended by legal counsel (in bold/italic)

Attached are proposed revisions to Policy 9020 - Standing Committees as recommended by adminstration to bring the policy into line with process.
3.A.2) Suspension of Policy 8120 - Disposal of School Board Properties
Administration is requesting that Policy 8120 be suspended in order to enter into an agreement with UMD for the Ojibwe Language Nest Program at the former Chester Park Site now owned by UMD.
3.B. Regulations
4. Contracts, Change Orders, and Leases
4.A. Contracts
4.A.1) University of MN - Enweyang Ojibwe Language Nest
Attached is a DRAFT memorandum of understanding with UMD for the Enweyang Ojibwe Language Nest Program at no cost to the District.
4.A.2) Grant Collaborative - Summer Program at Nettleton
Attached is a contract with Grant Community Collaborative to hold a summer program at Nettleton Elementary School in the amount of $32,992.00.
4.A.3) PIQE (Parent Institute for Quality Education)
Attached is a contract with PIQE for implementing the PIQE Curriculum in the amount of $55,000.00 with a  one year renewal option.
4.B. Change Orders
4.B.1) Denfeld High School LRFP – Cast in Place Concrete/Foundations/Walks
Change Order #9, Bid #1155 (Contract #0331) – Northland Concrete and Masonry
Change Order increase to provide a new 12” CIP wall and lower footings two feet.
         Add:  $5,622.00
4.B.2) Eastern High School LRFP – Asbestos Abatement
Change Order #5, Bid 1158 – EnviroBate Metro, Inc.
Change Order increase for additional miscellaneous abatement work.
         Add:  $3,040.00
4.B.3) Laura MacArthur School LRFP – Earthwork
Change Order #5, Bid #1162, Bid Package #1R - (Contract #3100) – Veit & Company, Inc.
Change Order increase to remove unsuitable soils at the basement footings 
         Add:  $8,151.00
Laura MacArthur School LRFP – Earthwork
Change Order #6, Bid #1162, Bid Package #1R - (Contract #3100) – Veit & Company, Inc.
Change Order increase to maintain traffic control barricades, remove contaminated soil in the NW corner, remove unusable material and import granular material, build a rock crane pad, provide a sump pit and due to an increase in foam prices for the Alt #1 addition.
        Add:  $52,659.00
4.B.4) PLACEHOLDER - for Change Orders Related to the LRFP
4.C. Leases
4.C.1) PLACEHOLDER - Woodland Hills Lease
4.C.2) Merritt Creek Academy Lease
Attached is the lease with Merritt Creek Academy.  The proposal for the new lease is for a 3 year period with increases of 3% the first year and 0% the second and third years.    
4.C.3) Commercial Lease for District-wide Temporary Furniture Storage
Attached is a Commercial Lease Agreement between ISD #709 and DP&D Properties, LLC to lease storage space at 6100 Waseca Street, Duluth, MN for district-wide temporary furniture storage during construction as part of the long-range facilities plan.  This lease covers the period from July 1, 2010 through June 30, 2011 at a total cost of $37,500.00.
5. Resolutions
5.A. Resolution B-6-10-2766- Pledge of Collateral
5.B. Resolution B-6-10-2767- Authorized Student Activity Bank Account Signer
5.C. Resolution B-6-10-2768- Adoption of the Fiscal Year 2011 Budget
Detailed budget information is attached to board book under extras.
5.D. Resolution B-6-10-2769- Membership in the Minnesota State High School League
5.E. Resolution B-6-10-2770- Joint Powers Cooperative Purchasing Agreement with MHEC
5.F. Resolution B-6-10-2762 – Authorizing Transfer of Funds from the General Fund of the Debt Service Fund Regarding Financing of the Long-Range Facilities Plan
5.G. PLACEHOLDER - Resolutions authorizing the purchase of properties relating to the Long-range Facilities Plan and relocation expenses that apply to these properties
5.H. PLACEHOLDER - Resolutions for Schematic Designs related to the LRFP
6. Informational
6.A. Expenditure Contracts
6.B. Revenue Contracts - NONE
6.C. Other Contracts
6.D. Facilities Management & Capital Project Status Report
6.E. Johnson Controls, Inc. Long-Range Facilities Plan Status Report
6.F. Change Orders Relating to the Long Range Facilities Plan
6.G. Contracts Signed in Relation to the Long Range Facilities Plan
7. Future Items
7.A. Actuarial Review
7.B. FY10 Financial Audit
Agenda Item Details Reload Your Meeting
Meeting: June 15, 2010 at 6:30 PM - Business Committee - Regular School Board Meeting
Subject:
1. Financial Report     
Description:
Recommendation:  It is recommended that the Duluth School Board approve the Financial Report as presented.
Subject:
1.A. Financial Report
Attachments:
Subject:
1.B. Approval of Payment of Claims
Description:
This report is attached as an Extra on Board Book.
Subject:
1.C. Budget Revisions
Attachments:
Subject:
1.D. Wire Transfers
Attachments:
Subject:
1.E. Investment Transactions
Attachments:
Subject:
1.F. WADM Projections
Attachments:
Subject:
1.G. Fund Raisers
Attachments:
Subject:
1.H. Investments in School Children
Attachments:
Subject:
2. Bids, R.F.P.s and Quotes Reports
Subject:
2.A. Bids
Subject:
2.A.1) Bid 1189 - District-wide Painting Labor
This bid was advertised according to statute and bid documents were sent to six contractors.  One bid was received in response to the School District’s request for bids for District-wide Painting Labor services for the period of July 1, 2010 through June 30, 2011.  Lakehead Painting Company, 910 Hammond Ave, Superior, WI submitted the low hourly rate bid with an estimated value of $12,300.00 based on 200 estimated hours at a journeyman rate of $61.50.
Description:

Recommendation:  It is recommended the Duluth School Board approve the contract with Lakehead Painting Company to provide hourly painting labor, based on their low hourly rate bid submitted pursuant to Bid #1189 – District-wide Painting Labor.
Attachments:
Subject:
2.A.2) Bid #1180, Bid Package #1 – West Middle School
Work Scope #1 – Site Earthwork, Excavation and Site Utilities – Veit & Company - $5,314,500.00
WS #2 – Site Concrete – Hovland, Inc. - $245,000.00 
The total cost of the contracts related to Bid #1180, Bid Package #1 – West Middle School as listed below is $5,559,500.00, which remains within the budgeted amount at this site.
Description:

Recommendation: It is recommended the School Board approve entering into contracts with the firms listed above based on their low responsive bid as shown on the Bid Tab and Letter of Recommendation, as provided in response to Bid#1180– West Middle School, Bid Package #1.
Attachments:
Subject:
2.A.3) Bid #1184, Bid Package #2 – West Middle School
The total cost of the contracts related to Bid #1184, Bid Package #2 – West Middle School as listed below is $27,012,484.00, which remains within the budgeted amount at this site.
WS #  3 – Concrete – Kelleher Construction, Inc. - $2,298,400.00
WS #  4 – Precast Concrete – Molin Concrete Products Company - $2,084,728.00
WS #  5 – Masonry – Rice Lake Construction Group - $3,788,650.00
WS #  6 – Structural Steel and metal Fabrications – Supply – LeJeune Steel Company - $1,261,500.00
WS #  7 – Steel Erection – Northern Industrial Erectors, Inc. - $308,000.00
WS #  8 – Carpentry – J. Eiden Construction, Inc. - $940,900.00
WS #  9 – Structural Glue Laminated Construction – Timber Systems, LLC - $521,532.00
WS #10 – Casework – Haldeman-Homme, Inc. - $736,354.00
WS #11& 12 – Metal Panels & Roofing – Berwald Roofing Company, Inc. – $2,246,949.00
WS #13 – Joint Sealers – Sunrise Specialty Contracting, Inc. - $51,800.00
WS #14 – Hollow Metal Doors, Finish Hardware, HM Frames – Supply – Sell Hardware, Inc. - $303,150.00
WS #15 – Sectional Doors – Lipe Brothers Construciton, Inc. - $49,500.00
WS #18 – Tile Work – Grazzini Brothers & Company - $251,900.00
WS #19 – Acoustical Ceilings and Treatments – Architectural Sales of MN, Inc. - $532,000.00
WS #20 – Wood Athletic Flooring – Haldeman-Homme, Inc. dba Anderson Ladd - $153,489.00
WS #21 – Carpet and Resilient Flooring – MCI, Inc. - $316,351.00
WS #22 – Terrazzo Flooring – Advance Terrazzo & Tile Company - $240,000.00
WS #23 – Painting, Coatings and Wall Coverings – Fransen Decorating, inc. - $254,652.00
WS #24 – Visual Display Boards – Supply – W.E. Neal Slate Company - $37,690.00
WS #26 – Miscellaneous Specialties – Kendell Doors & Hardware, Inc. - $107,150.00
WS #29 – Theatrical Stage Equipment – Gopher Stage Lighting - $276,927.00
WS #30 – Athletic Equipment – Haldeman-Homme, Inc. - $63,370.00
WS #31 – Window Treatments – Custom Drapery & Blinds by Michael Esch - $60,389.00
WS #32 – Audience Seating – Haldeman-Homme, Inc. - $265,953.00
WS #33 – Pool Construction – Aqua Logic, Inc. - $758,000.00
WS #35 – Fire Protection – Brothers Fire Protection - $324,000.00
WS #36 – Mechanical – Gorham Oien Mechanical, Inc. - $5,494,500.00
WS #37 – Electrical, Communications and Security – APi Electric Company - $3,284,650.00
Description:

Recommendation:  It is recommended the School Board approve entering into contracts with the firms listed above based on their low responsive bid as shown on the Bid Tab and Letter of Recommendation, as provided in response to Bid#1184– West Middle School, Bid Package #2.
Attachments:
Subject:
2.A.4) Bid #1195 – Asbestos Abatement Phase 2 at East High School
The total cost of the contract related to Bid #1195 – Asbestos Abatement Phase 2 at East High School as listed above is $54,640.00, which remains within the budgeted amount at this site.
Asbestos Abatement, Phase 2 – ACCT, Inc. - $54,640.00
Description:

Recommendation:  It is recommended the School Board approve entering into a contract with the firm listed above based on their low responsive bid as shown on the Bid Tab, as provided in response to Bid#1195– Asbestos Abatement Phase 2 at East High School
Attachments:
Subject:
2.A.5) PLACEHOLDER - for Bids related to the LRFP
Subject:
2.B. R.F.P.s
Subject:
2.B.1) RFP 273 - Vehicle Fuel Requirements (District Wide)
Request for Proposals for the purchase of transportation fuel requirements were advertised in the Duluth News Tribune and submitted to six (6) area vendors.   The total is for a twelve (12) month period July 1, 2010 through June 30, 2011 and is based on estimated 110,000 gallon annual consumption.  The overall contract period is July 1, 2010 through June 30, 2014 with renewals annually July 1st of each year by mutual agreement of both parties. 
Description:

Recommendation:  It is recommended that the Duluth School Board approve RFP 273 as submitted by Inter City Oil Co. in the total estimated annual amount of $281,992.00, with annual renewals through June 30, 2014.
 
Attachments:
Subject:
2.C. Quotes
Subject:
3. Policies and Regulations
Subject:
3.A. Policies
Subject:
3.A.1) 9020 - Standing Committees-Second Reading
Please note the changes made since the first reading - recommended by legal counsel (in bold/italic)

Attached are proposed revisions to Policy 9020 - Standing Committees as recommended by adminstration to bring the policy into line with process.
Description:

Recommendation: It is recommended that the Duluth School Board approve the proposed revisions to Policy 9020 - Standing Committees for the second reading.


Attachments:
Subject:
3.A.2) Suspension of Policy 8120 - Disposal of School Board Properties
Administration is requesting that Policy 8120 be suspended in order to enter into an agreement with UMD for the Ojibwe Language Nest Program at the former Chester Park Site now owned by UMD.
Description:

Recommendation:  It is recommended that the Duluth School Board approve the suspension of Policy 8120.
Attachments:
Subject:
3.B. Regulations
Subject:
4. Contracts, Change Orders, and Leases
Subject:
4.A. Contracts
Subject:
4.A.1) University of MN - Enweyang Ojibwe Language Nest
Attached is a DRAFT memorandum of understanding with UMD for the Enweyang Ojibwe Language Nest Program at no cost to the District.
Description:

Recommendation:  It is recommended that the Duluth School Board authorize the Board Chair to enter into and sign  the final  memorandum of understanding with UMD.
Attachments:
Subject:
4.A.2) Grant Collaborative - Summer Program at Nettleton
Attached is a contract with Grant Community Collaborative to hold a summer program at Nettleton Elementary School in the amount of $32,992.00.
Description:

Recommendation:  It is recommended that the Duluth School Board approve the contract with the Grant Community Collaborative in the amount of $32,992.00.
Attachments:
Subject:
4.A.3) PIQE (Parent Institute for Quality Education)
Attached is a contract with PIQE for implementing the PIQE Curriculum in the amount of $55,000.00 with a  one year renewal option.
Description:

Recommendation:  It is recommended that the Duluth School Board approve the contract with PIQE in the amount of $55,000.00 with a one year renewal option.
Attachments:
Subject:
4.B. Change Orders
Subject:
4.B.1) Denfeld High School LRFP – Cast in Place Concrete/Foundations/Walks
Change Order #9, Bid #1155 (Contract #0331) – Northland Concrete and Masonry
Change Order increase to provide a new 12” CIP wall and lower footings two feet.
         Add:  $5,622.00
Description:

Recommendation
:  It is recommended the School Board approve the change orders as listed above pertaining to Bid #1155 at Denfeld High School, reflecting a total increase of $5,622.00, which remains within the budgeted amount at this site.
Attachments:
Subject:
4.B.2) Eastern High School LRFP – Asbestos Abatement
Change Order #5, Bid 1158 – EnviroBate Metro, Inc.
Change Order increase for additional miscellaneous abatement work.
         Add:  $3,040.00
Description:

Recommendation
:  It is recommended the School Board approve the change order as listed above pertaining to Bid #1158 at the Eastern (Ordean) High School, reflecting a total increase of $3,040.00, which remains within the budgeted amount at this site.
Attachments:
Subject:
4.B.3) Laura MacArthur School LRFP – Earthwork
Change Order #5, Bid #1162, Bid Package #1R - (Contract #3100) – Veit & Company, Inc.
Change Order increase to remove unsuitable soils at the basement footings 
         Add:  $8,151.00
Laura MacArthur School LRFP – Earthwork
Change Order #6, Bid #1162, Bid Package #1R - (Contract #3100) – Veit & Company, Inc.
Change Order increase to maintain traffic control barricades, remove contaminated soil in the NW corner, remove unusable material and import granular material, build a rock crane pad, provide a sump pit and due to an increase in foam prices for the Alt #1 addition.
        Add:  $52,659.00
Description:

Recommendation
:  It is recommended the School Board approve the change orders as listed above pertaining to Bid #1162 at Laura MacArthur School, reflecting a total increase of $60,810.00, which remains within the budgeted amount at this site.
Attachments:
Subject:
4.B.4) PLACEHOLDER - for Change Orders Related to the LRFP
Subject:
4.C. Leases
Subject:
4.C.1) PLACEHOLDER - Woodland Hills Lease
Subject:
4.C.2) Merritt Creek Academy Lease
Attached is the lease with Merritt Creek Academy.  The proposal for the new lease is for a 3 year period with increases of 3% the first year and 0% the second and third years.    
Description:

Recommendation:  It is recommended that the Duluth School Board approve the 3 year lease with Merritt Creek Academy with a 3% increase the first year and 0% the second and third years.
Attachments:
Subject:
4.C.3) Commercial Lease for District-wide Temporary Furniture Storage
Attached is a Commercial Lease Agreement between ISD #709 and DP&D Properties, LLC to lease storage space at 6100 Waseca Street, Duluth, MN for district-wide temporary furniture storage during construction as part of the long-range facilities plan.  This lease covers the period from July 1, 2010 through June 30, 2011 at a total cost of $37,500.00.
Description:

Recommendation:  It is recommended the School Board approve entering into a one-year lease agreement with DP&D Properties, LLC for district-wide temporary furniture storage.
Attachments:
Subject:
5. Resolutions
Subject:
5.A. Resolution B-6-10-2766- Pledge of Collateral
Description:

Recommendation:  It is recommended that the Duluth School Board approve Resolution B-6-10-2766- Pledge of Collateral.
Attachments:
Subject:
5.B. Resolution B-6-10-2767- Authorized Student Activity Bank Account Signer
Description:

Recommendation:  It is recommended that the Duluth School board approve Resolution B-6-10-2767- Authorized Student Activity Bank Account Signer.
Attachments:
Subject:
5.C. Resolution B-6-10-2768- Adoption of the Fiscal Year 2011 Budget
Detailed budget information is attached to board book under extras.
Description:

Recommendation:  It is recommended that the Duluth School Board approve Resolution B-6-10-2768- Adoption of the Fiscal Year 2011 Budget.
Attachments:
Subject:
5.D. Resolution B-6-10-2769- Membership in the Minnesota State High School League
Description:

Recommendation:  It is recommended that the Duluth School Board approve Resolution B-6-10-2769- Membership in the Minnesota State High School League.
Attachments:
Subject:
5.E. Resolution B-6-10-2770- Joint Powers Cooperative Purchasing Agreement with MHEC
Description:

Recommendation:  It is recommended that the Duluth School Board approve Resolution B-6-10-2770- Joint Powers Cooperative Purchasing Agreement with MHEC.
Attachments:
Subject:
5.F. Resolution B-6-10-2762 – Authorizing Transfer of Funds from the General Fund of the Debt Service Fund Regarding Financing of the Long-Range Facilities Plan
Description:

Recommendation:  It is recommended the School Board approve Resolution B-6-10-2762 - Authorizing Transfer of Funds from the General Fund of the Debt Service Fund Regarding Financing of the Long-Range Facilities Plan.
Attachments:
Subject:
5.G. PLACEHOLDER - Resolutions authorizing the purchase of properties relating to the Long-range Facilities Plan and relocation expenses that apply to these properties
Subject:
5.H. PLACEHOLDER - Resolutions for Schematic Designs related to the LRFP
Subject:
6. Informational
Description:
The items listed below are informational only and do not require board action.
Subject:
6.A. Expenditure Contracts
Description:
Superintendent Dixon or the Director of Business Services has signed the following expenditure contracts during the month of May 2010.
Attachments:
Subject:
6.B. Revenue Contracts - NONE
Subject:
6.C. Other Contracts
Description:
For your information, Superintendent Dixon or the Director of Business Services has signed the following contracts at no cost to the District during the month of May 2010.
Attachments:
Subject:
6.D. Facilities Management & Capital Project Status Report
Description:
Kerry Leider will be in attendance to answer questions regarding the enclosed report.
Attachments:
Subject:
6.E. Johnson Controls, Inc. Long-Range Facilities Plan Status Report
Description:
Attached is the JCI Long-Range Facilities Plan Status Report.
Attachments:
Subject:
6.F. Change Orders Relating to the Long Range Facilities Plan
Description:
Kerry Leider will be in attendance to answer questions regarding the enclosed report.
Attachments:
Subject:
6.G. Contracts Signed in Relation to the Long Range Facilities Plan
Description:
Kerry Leider will be in attendance to answer questions regarding the attached report.
Attachments:
Subject:
7. Future Items
Subject:
7.A. Actuarial Review
Subject:
7.B. FY10 Financial Audit

Web Viewer