Select Categories
6/12/2017
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><br/><b>THE SCHOOL BOARD OF MIAMI-DADE <br/>COUNTY, FLORIDA<br/>LEGAL ADVERTISEMENT FOR CONSTRUCTION BIDS FOR AIR BASE K-8 CENTER<br/><br/></b> THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA LEGAL ADVERTISEMENT FOR CONSTRUCTION BIDS FOR AIR BASE K-8 CENTER
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000230049-01

The School Board of Miami-Dade County, Florida (Board), intends to award one Construction firm for the following General Obligation Bond (GOB) project:

PROJECT NO. 01442800
AIR BASE K-8 CENTER
ADDITIONS & RENOVATIONS
12829 SW 272ND STREET
MIAMI, FL 33032

BIDS DUE: Sealed bids will be received by The School Board of Miami-Dade County, Florida, for the project listed herein, until 2:00 P.M. local time. Thursday, the 6th day of July, 2017, at 1450 N.E. Second Avenue, Room 650, Miami, Florida, following which time and place, or as soon there-after as the Board can attend to the same, the said bids will be publicly opened, read and tabulated in the Board Auditorium, Miami-Dade County School Board Administration Building, by an authorized representative of the Board. Award of the contract will be made to the lowest, pre-qualified responsible and responsive bidder for the actual amount bid considering base bid and accepted alternates (if any) as listed in the bidding documents. The Board will award the contract based upon the results of the tabulations as covered by applicable laws and regulations.

Bidders desiring to participate in this solicitation must be pre-qualified by the Board prior to submitting their bid in response to this solicitation. Contact the Miami-Dade County Public Schools (M-DCPS) Office of Economic Opportunity at (305) 995-1307 for information regarding Contractors’ Pre-qualification procedures.

QUESTIONS: Written questions regarding this project will be accepted. All written communications must be sent to the Project Architect/Engineer, Lourdes Rodriguez ([email protected]), Rodriguez Architects, 2121 Ponce de Leon Boulevard Coral Gables, Florida 33134.

MANDATORY PRE-BID CONFERENCE (Air Base K-8 Center): Tuesday, June 20, 2017, at 10:00 a.m. local time, at the Air Base K-8 Center, on 12829 SW 272nd Street, Miami, Florida. There will be a sign-in period from 10:00 a.m. to 10:15 a.m. Potential bidders arriving after the fifteen (15) minute sign-in period will not be allowed to participate in this solicitation. Proposals submitted by firms not represented at the Mandatory Pre-Bid Conference will not be considered.

BOARD POLICIES:

Cone of Silence

A Cone of Silence, pursuant to Board Policy 6325, shall commence with the issuance of this Legal Advertisement and shall terminate at the time the item is presented by the Superintendent to the appropriate Board committee immediately prior to the Board meeting at which the Board will award or approve a contract, reject all bids or responses, or take any other action that ends the solicitation and review process. Any violation of this rule shall be investigated by the Board’s Inspector General and shall result in the disqualification of the potential applicant from the competitive solicitation process, rejection of any recommendation for award, or the revocation of an award to the vendor as being void, rendering void any previous or prior awards. The potential vendor or vendor’s representative determined to have violated this rule, shall be subject to debarment.

General questions regarding the legal advertisement will be sent to the Office of Capital Improvement Projects via email at [email protected], and a copy filed with the Clerk of the School Board at [email protected] (or at 1450 NE 2nd Avenue, Room 311, Miami, Florida 33132), who shall make copies available to the public upon request.

Lobbyist

Lobbyist requirements, pursuant to Board Policy 8150, shall be applicable to this solicitation and all proposers and lobbyists shall strictly conform to, and be governed by, the requirements set forth therein. Contact the Clerk of the School Board for additional information.

Vendor and Employment Preference

Local-Vendor Preference, pursuant to Board Policy 6320.05, shall apply to this solicitation. Based on Board policy, Local Business means a vendor or business that has a valid business tax receipt, issued by a jurisdiction located in Miami-Dade County, that has either (1) its headquarters, manufacturing facility, or locally-owned franchise located within the legal boundaries of Miami Dade County, for at least twelve (12) months, or (2) has an office with a street address within the boundaries of Miami-Dade County for at least twenty-four (24) months, calculated from the bid or proposal opening date. Post office boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In order to be considered for local preference, vendors must provide a copy of their business tax receipt and the Local Business Affidavit of Eligibility with their proposal. Proposers who fail to submit the required documents will not be considered for Vendor Preference.

Jessica Lunsford Act

The successful proposer(s) shall fully comply with the State of Florida’s House Bill 1877 "Jessica Lunsford Act" (JLA); FS 1012.465, 1012.32, 1012.467 & 1012.468 and Board Policy 4121.01, Employment Standards and Fingerprinting of all Employees (also refer to Board Policy 8475).

Ethics, Conflict of Interest and Anti-Fraud

Proposers responding to this solicitation shall comply with the following ethics, conflict of interest and anti-fraud policies:
- Board Policy 6460, Business Code of Ethics;
- Board Policy 6460, Disclosure of Employment of Former School Board Employees;
- Board Policy 8700, Anti-Fraud; and all related Board policies and procedures, as applicableContractor Debarment Procedures

Pursuant to Board Policy 6320.04, Contractor Discipline Procedures, debarred contractors are excluded from conducting business with the Board as agents, representatives, partners, and associates of other contractors, subcontractors or individual sureties.

Commercial Anti-discrimination, Diversity, and Inclusion

Proposers responding to this solicitation shall comply with the following anti-discrimination policies:

- Board Policy 6465, Commercial Anti-discrimination, Diversity, and Inclusion (proposers shall be required to certify compliance with Board Policy 6465);
- Board Policy 1362.02, 3362.02 and 4362.02, Anti-discrimination/Harassment Complaint Procedure; and
- all related Board policies and procedures, as applicable

SMBE & M/WBE Programs

SMBE & M/WBE Programs, in accordance with Board Policy 6320.02 and the "Small/Micro Business Enterprise Program Administrative Procedures Manual" Board-approved May 8, 2014, shall be applicable to this solicitation. Contact the Office of Economic Opportunity at 305-995-1307 or [email protected] for list of certified firms.

Protest

Failure to file a protest within the time prescribed and in the manner specified in Board Policy 6320 (Purchase Approval and Competitive Bidding Process Requirements) or in accordance with FS Section 120.57(3) shall constitute a waiver of proceedings under FS Chapter 120.

ACKNOWLEDGEMENT:

The proposer acknowledges that all information contained in their RFQ Response is part of public domain as defined by the State of Florida Sunshine Law. Therefore, any information received is subject to public inspection and copying in accordance with FS 119. No action on the part of the proposer would create an obligation of confidentiality on the part of the School Board including, but not limited to, making a reference in the RFQ Response to trade secrets FS 812.081 and 815.045. It is recommended that potential proposers exclude from their response any information that, in their judgment, may be considered a trade secret.

Board policies, as amended from time to time, can be accessed and downloaded at: http://www.neola.com/miamidade-fl/.

The successful proposer(s) shall fully comply with the State of Florida’s House Bill 1877 "Jessica Lunsford Act" (JLA); FS 1012.465, 1012.32, 1012.467 & 1012.468 and Board Policy 4121.01, Employment Standards and Fingerprinting of all. Failure to file a protest within the time prescribed and in the manner specified in Board Policy 6320 or in accordance with §120.57(3). Fla. Stat. (2014) shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.

Pre-qualified bidders may obtain a CD of the documents for construction at no cost or a full set of printed documents for construction at the bidder’s expense from the office of Thomas Printworks, Inc. 275 University Drive, Coral Gables, Florida 33144, on and after June 5, 2017.

OFFICE OF ECONOMIC OPPORTUNITY

Assistance levels have been established at:

Air Base K-8 Center: MBE/SBE Mandatory Subcontracting Goals: 25% Construction and 20% Local Work Force, within a ten-mile radius.

Aspirational M/WBE Subcontracting Goals: 10% African American and 5% Women
The Board reserves the right to waive informalities and to reject any and all bids.THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA

By: Alberto M. Carvalho
Superintendent of Schools
6/5-12-19 17-49/0000230049M

6/12/2017
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><br/><b>LEGAL ADVERTISEMENT RFQ 153 (SM-SBE/MBE)*<br/><br/>REQUEST FOR QUALIFICATIONS (RFQ)<br/>FOR<br/>CONSTRUCTION MANAGEMENT AT-RISK FIRMS<br/><br/>*SHELTERED MARKET (SM) FOR SMALL BUSINESS ENTERPRISES (SBE) &<br/>MICRO BUSINESS ENTERPRISES (MBE)<br/><br/></b> LEGAL ADVERTISEMENT RFQ 153 (SM-SBE/MBE)* REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSTRUCTION MANAGEMENT AT-RISK FIRMS *SHELTERED MARKET (SM) FOR SMALL BUSINESS ENTERPRISES (SBE) & MICRO BUSINESS ENTERPRISES (MBE)
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000228392-01

The School Board of Miami-Dade County, Florida (Board), intends to commission one firm or joint venture as a Construction Management at-Risk (CMR) firm for each of the following General Obligation Bond (GOB) funded projects:



Only Miami-Dade County Public Schools (M-DCPS) certified SBE/MBE firms may participate in this solicitation.
The proposer must submit a current M-DCPS SBE or MBE certificate with the RFQ Response.

MANDATORY PRE-PROPOSAL CONFERENCE:
Date/Time: Monday, June 19, 2017, at 2:10 pm local time
Sign-in Period: Until 2:30 pm local time
Location: South Florida Educational Federal Credit Union, 1498 NE 2 Avenue, Miami, Florida 33132

QUESTIONS: Written questions regarding this solicitation will be accepted until 12:00 pm (noon), local time, Wednesday, June 21, 2017. Questions may be submitted to Bernie Martinez at [email protected] with a copy to the Clerk of the School Board at [email protected]. Questions and Answers (Q&As) will be posted under legal ad 153 in the "INFO" icon at http://ae-solicitations.dadeschools.net.

RESPONSES DUE: RFQ responses must be received no later than 4:00 pm local time, Thursday, July 6, 2017, to the attention of:

MIAMI-DADE COUNTY PUBLIC SCHOOLS
Department of A/E Selection & Negotiations
Nazira Abdo-Decoster, Executive Director
1450 NE 2 Avenue, Room 305
Miami, Florida 33132

REQUIREMENTS: This is an abbreviated ad; the complete legal ad with Mandatory Pre-proposal Conference information, Contractor Pre-qualification requirements, Mandatory Sub-consultant, Sub-contractor and Local Workforce Utilization Goals, project details and instructions for this solicitation, including selection procedures, are available at the above address, or at http://ae-solicitations.dadeschools.net under legal ad 153.

In accordance with Board policies, a Cone of Silence, lobbyist requirements and protest procedures are hereby activated. Failure to comply with requirements of this legal ad and Board policies shall be grounds for disqualification. These, and all related Board policies, can be accessed and downloaded at: http://www.neola.com/miamidade-fl/.
5/30 6/5-12 17-131/0000228392M

6/12/2017
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><br/><b>LEGAL ADVERTISEMENT 152 SM-SBE/MBE*<br/><br/>REQUEST FOR QUALIFICATIONS (RFQ)<br/>FOR<br/>ARCHITECT/ENGINEER OF RECORD<br/>* SHELTERED MARKET (SM) FOR SMALL BUSINESS <br/>ENTERPRISES (SBE) & <br/>MICRO BUSINESS ENTERPRISES (MBE)<br/><br/></b> LEGAL ADVERTISEMENT 152 SM-SBE/MBE* REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECT/ENGINEER OF RECORD * SHELTERED MARKET (SM) FOR SMALL BUSINESS ENTERPRISES (SBE) & MICRO BUSINESS ENTERPRISES (MBE)
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000228334-01

The School Board of Miami-Dade County, Florida (Board), intends to commission one firm or joint venture having full architectural and engineering services available within the entity, or with consultants, as Architect/Engineer of Record (A/E) for the following General Obligation Bond (GOB) funded projects:



Only Miami-Dade County Public Schools (M-DCPS) certified SBE/MBE firms may participate in this solicitation. The proposer must submit a current M-DCPS SBE/MBE certificate with the RFQ Response.

MANDATORY PRE-PROPOSAL CONFERENCE:
Date/Time: Monday, June 19, 2017, at 10:10 am local time
Sign-in Period: Until 10:30 am local time
Location: South Florida Educational Federal Credit Union, 1498 NE 2 Avenue, Miami, Florida 33132

QUESTIONS: Written questions regarding this solicitation will be accepted until 12:00 pm (noon) local time, Wednesday, June 21, 2017. Questions may be submitted to Carolina Velez at [email protected] with a copy to the Clerk of the School Board at [email protected]. Questions and Answers (Q&As) will be posted under legal ad 152 in the "INFO" icon at http://ae-solicitations.dadeschools.net.

RESPONSES DUE: RFQ responses must be received no later than 4:00 pm local time, Thursday, July 6, 2017, to the attention of:

MIAMI-DADE COUNTY PUBLIC SCHOOLS
Department of A/E Selection & Negotiations
Nazira Abdo-Decoster, Executive Director
1450 NE 2 Avenue, Room 305
Miami, Florida 33132

REQUIREMENTS: This is an abbreviated ad; the complete legal ad with Mandatory Pre-proposal Conference information, Mandatory Sub-consultant Utilization Goals, project details and instructions for this solicitation, including selection procedures and required U.S. General Services Administration Standard Form 330, are available at the above address, or at: http://ae-solicitations.dadeschools.net under legal ad 152.

In accordance with Board policies, a Cone of Silence, lobbyist requirements and protest procedures are hereby activated. Failure to comply with requirements of this legal ad and Board policies shall be grounds for disqualification. These, and all related Board policies, can be accessed and downloaded at: http://www.neola.com/miamidade-fl/.
5/30 6/5-12 17-130/0000228334M

6/12/2017
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><br/><b>LEGAL ADVERTISEMENT RFQ 155<br/><br/>REQUEST FOR QUALIFICATIONS (RFQ)<br/>FOR<br/>CONSTRUCTION MANAGEMENT AT-RISK FIRMS<br/><br/><br/></b> LEGAL ADVERTISEMENT RFQ 155 REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSTRUCTION MANAGEMENT AT-RISK FIRMS
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000228407-01

The School Board of Miami-Dade County, Florida (Board), intends to commission one firm or joint venture as a Construction Management at-Risk (CMR) firm for each of the following General Obligation Bond (GOB) funded projects:



MANDATORY PRE-PROPOSAL CONFERENCE:
Date/Time: Tuesday, June 20, 2017, at 1:30 pm local time
Sign-in Period: Until 1:50 pm local time
Location: South Florida Educational Federal Credit Union, 1498 NE 2 Avenue, Miami, Florida 33132

QUESTIONS: Written questions regarding this solicitation will be accepted until 12:00 pm (noon) local time, Thursday, June 22, 2017. Questions may be submitted to Carlton Crawl at [email protected] with a copy to the Clerk of the School Board at [email protected]. Questions and Answers (Q&As) will be posted under legal ad 155 in the "INFO" icon at http://ae-solicitations.dadeschools.net.

RESPONSES DUE: RFQ responses must be received no later than 4:00 pm local time, Thursday, July 6, 2017, to the attention of:

MIAMI-DADE COUNTY PUBLIC SCHOOLS
Department of A/E Selection & Negotiations
Nazira Abdo-Decoster, Executive Director
1450 NE 2 Avenue, Room 305
Miami, Florida 33132

REQUIREMENTS: This is an abbreviated ad; the complete legal ad with Mandatory Pre-proposal Conference information, Contractor Pre-qualification requirements, Mandatory Sub-consultant, Sub-contractor and Local Workforce Utilization Goals, project details and instructions for this solicitation, including selection procedures, are available at the above address, or at http://ae-solicitations.dadeschools.net under legal ad 155.

In accordance with Board policies, a Cone of Silence, lobbyist requirements and protest procedures are hereby activated. Failure to comply with requirements of this legal ad and Board policies shall be grounds for disqualification. These, and all related Board policies, can be accessed and downloaded at: http://www.neola.com/miamidade-fl/.
5/30 6/5-12 17-133/0000228407M

6/12/2017
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><br/><b>LEGAL ADVERTISEMENT 154<br/><br/>REQUEST FOR QUALIFICATIONS (RFQ)<br/>FOR<br/>ARCHITECT/ENGINEER OF RECORD<br/><br/></b> LEGAL ADVERTISEMENT 154 REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECT/ENGINEER OF RECORD
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000228401-01

The School Board of Miami-Dade County, Florida (Board), intends to commission one firm or joint venture having full architectural and engineering services available within the entity, or with consultants, as Architect/Engineer of Record (A/E) for the following General Obligation Bond (GOB) funded projects:



MANDATORY PRE-PROPOSAL CONFERENCE:
Date/Time: Tuesday, June 20, 2017, at 9:10 am local time
Sign-in Period: Until 9:30 am local time
Location: South Florida Educational Federal Credit Union, 1498 NE 2 Avenue, Miami, Florida 33132

QUESTIONS:
Written questions regarding this solicitation will be accepted until 12:00 pm (noon) local time, Thursday, June 22, 2017. Questions may be submitted to Antoinette Baldwin at [email protected] with a copy to the Clerk of the School Board at [email protected]. Questions and Answers (Q&As) will be posted under legal ad 154 in the "INFO" icon at http://ae-solicitations.dadeschools.net.


RESPONSES DUE: RFQ responses must be received no later than 4:00 pm local time, Thursday, July 6, 2017, to the attention of:

MIAMI-DADE COUNTY PUBLIC SCHOOLS
Department of A/E Selection & Negotiations
Nazira Abdo-Decoster, Executive Director
1450 NE 2 Avenue, Room 305
Miami, Florida 33132

REQUIREMENTS: This is an abbreviated ad; the complete legal ad with Mandatory Pre-proposal Conference information, Mandatory Sub-consultant Utilization Goals, project details and instructions for this solicitation, including selection procedures and required U.S. General Services Administration Standard Form 330, are available at the above address, or at: http://ae-solicitations.dadeschools.net under legal ad 154.

In accordance with Board policies, a Cone of Silence, lobbyist requirements and protest procedures are hereby activated. Failure to comply with requirements of this legal ad and Board policies shall be grounds for disqualification. These, and all related Board policies, can be accessed and downloaded at: http://www.neola.com/miamidade-fl/.
5/30 6/5-12 17-132/0000228401M

6/5/2017
SECTION 1 - ADVERTISEMENT THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA LEGAL ADVERTISEMENT COVERING THE OPENING OF BIDS JOB ORDER CONTRACT FOR MDCPS MAINTENANCE OPERATIONS FOR JOB ORDER CONTRACT (JOC) 17 1) JOB ORDER CONTRACT/17 OPEN MARKET FOR ALL REGIONS OF THE MDCPS MAINTENANCE OPERATIONS CONTRACT # JOC17O-B1 2) JOB ORDER CONTRACT/17 SHELTERED MARKET/MICRO BUSINESS FOR ALL REGIONS OF THE MDCPS MAINTENANCE OPERATIONS CONTRACT # JOC17M-B2
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000226240-01

This contract is only open to those bidders which have been pre-qualified as General Contractors by The School Board of Miami-Dade County, Florida.

Cone of Silence: A Cone of Silence is applicable to this competitive solicitation. Any inquiry, clarification or information regarding this bid must be in requested in writing by FAX or e-mail to:

Mr. Michael Krtausch, District Director
Maintenance Operations
FAX: 305-995-7964
E-mail: [email protected]

With a copy to the School Board Clerk: [email protected]

Pursuant to School Board Policy 6325, a Cone of Silence is enacted beginning with issuance of the Legal Advertisement and ending at such time as the Superintendent of Schools submits a written recommendation to award or approve a contract, to reject all bids or responses, or otherwise takes action which ends the solicitation and review process. Any violation of the Cone of Silence may be punishable as provided for under School Board Policy 6325, in addition to any other penalty provided by law. All written communications must be sent to Director, Mr. Michael Krtausch, and a copy filed with the Clerk of The School Board at 1450 NE 2nd Avenue, Room 268, Miami, Florida 33132 (or via e-mail at [email protected]) who shall make copies available to the public upon request. This Policy can be found at http://www.dadeschools.net/schoolboard/rules/.

Sealed bids will be received by The School Board of Miami-Dade County, Florida, (hereinafter called the "Board") from bidders for the contract hereinafter set forth at and until 2:00 P.M. local time according to the following schedule:

Description Contract # Day Date
Job Order Contract JOC17O-B1 Tuesday 6/20/2017

Job Order Contract JOC17M-B2 Tuesday 6/20/2017

Sealed bids will be received by The School Board of Miami-Dade County, Florida, for the contract listed herein, until 2:00 P.M. local time, Tuesday, the 20th day of June 2017, at School Board Administration Building, 1450 NE 2nd Avenue, Room 650, Miami, Florida, following which time and place, or as soon thereafter as the Board can attend to the same, the said bids will not be publicly opened. Award of the contract will be made to the lowest, pre-qualified responsible and responsive bidder for the actual amount bid as listed in the bidding documents. The Board will award the contract based upon the results of the tabulations as covered by applicable laws and regulations.

Pursuant to School Board Policy 6320.05, when a responsive, responsible non-local business submits the lowest price bid, and the bid submitted by one or more responsive, responsible local businesses is within five percent (5%) of the price submitted by the non-local business, then each of the aforementioned local businesses shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low responsible, responsive bid submitted by the non-local business. Contract award shall be made to the responsive, responsible business submitting the lowest best and final bid. In the case of a tie bid in the best and final bid between the local businesses, the tie shall be broken as delineated in School Board Policy 6320.

This advertisement is for the award of two (2) Job Order Contracts (hereinafter called "JOC"). A JOC is a competitively bid, firm fixed priced indefinite quantity contract. It includes a collection of detailed repair and construction tasks with specifications that have established unit prices. It is placed with a Contractor for the accomplishment of repair, alteration, modernization, maintenance, rehabilitation, construction, etc., of buildings, structures, or other real property. Ordering is accomplished by means of issuance of individual Lump Sum Work Orders against the Contract.

Under the JOC concept, the Contractor furnishes all management, incidental scope documentation services as required, labor, materials and equipment needed to perform the work. The School Board selected The Gordian Group’s Job Order Contracting Solution (Gordian JOC Solution®) for their JOC program. The Gordian JOC Solution includes proprietary eGordian® JOC Applications and Construction Task Catalog®, which shall be used by the Contractor to prepare and submit Proposals, subcontractor lists, and other requirements specified by the School Board.

The maximum initial value for JOC17O-B1 is $2,000,000 with two (2) possible extensions of $2,000,000 each within each term. The terms of the contract will be for Twelve (12) Months and may include two (2) renewal options for one (1) additional year each. The maximum initial value for JOC17M-B2 is $200,000 with two (2) possible extensions of $200,000 each within each term. The terms of the contract will be for Twelve (12) Months and may include two (2) renewal options for one (1) additional year each. It is the current
intention of the Board to award at least one (1) Job Order Contract under each contract solicitation. However, the Board reserves the right to award to multiple bidders on each contract solicitation. The Bidder will hold its adjustment factors for one hundred eighty (180) days, since after the opening of bids, the Board reserves the right to make additional awards under this solicitation during that time.

DAVIS-BACON ACT LABOR STANDARDS: Some Work Orders under this Job Order Contract may be funded in whole or in part by Federal funding programs. Therefore, the Bidder shall comply with all applicable provisions of 40 U.S.C. §276a-§276a-7, the Davis-Bacon Act, as supplemented by the Department of Labor regulations (29 C.F.R., part 5 "Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction"). Accordingly, the Bid for this Contract shall be in full compliance with the aforementioned provisions as further described in the Contract Documents and all bids shall be calculated in compliance with the Davis-Bacon Act wage determination applicable to this Contract. Under the Davis-Bacon Act, contractors are required to pay laborers and mechanics not less than the minimum wages specified in a wage determination made by the Secretary of Labor, which wage determination will be attached to and incorporated into the Construction Bid documents. The award of a construction contract is conditioned upon the Bidder accepting the wage determination.

Bidders must be pre-qualified by the Board for the actual amount bid and may not exceed pre-qualified amounts for a single project and/or aggregate prior to submitting their bid in response to this solicitation. Bids which exceed the pre-qualified amounts shall be declared non-responsive to the solicitation.

Job Order Contract JOC17O-B1is limited to those bidders which have been pre-qualified as a General Contractor by the School Board of Miami-Dade County, Florida, for a single dollar value of $2,000,000 prior to submitting a bid under this solicitation. Job Order Contract JOC17M-B2 is limited to those bidders which have been pre-qualified as a Micro General Contractor or Certified Building Contractor by the School Board of Miami-Dade County, Florida, for a single dollar value of $200,000 prior to submitting a bid under this solicitation.

This contract is for MDCPS Maintenance Operations for work occurring in all areas of the Miami-Dade County Public School District. The Board reserves the right to award and use multiple Job Order Contracts within the same region.

Intending bidders must attend a mandatory Pre-Bid conference to be held at the Miami Dade County School Maintenance Operations Building in Room 215 2nd Floor Training Room at 12525 N.W. 28th Avenue Miami, Florida 33167, beginning promptly at 10:00 a.m. local time on Tuesday, June 06, 2017 for the purpose of discussing the JOC concept and documents, answering questions and discussing JOC from the contractor’s perspective. Note that persons arriving after 10:20 a.m. will not be admitted to the meeting and will be considered non-responsive for bidding.

Each bidder must submit two Adjustment Factors to be considered responsive. These same Adjustment Factors must apply to all the work tasks listed in the contract documents. The first Adjustment Factor will be applied to that work which the construction is anticipated to be accomplished during normal business hours. The second Adjustment Factor will be applied to that work which the construction is anticipated to be accomplished during other than normal business hours.

The estimated percentage of work by category is as follows: normal hours construction - 90% and other than normal hours construction - 10%.

Jessica Lunsford Act: The successful Bidder shall fully comply with the Jessica Lunsford Act and all related Board Policies and procedures as applicable.

Intending Bidders may obtain one set of the bid and contract documents on a CD on or after May 23, 2017 at 12525 NW 28th Avenue, Miami, FL 33167 2nd Floor, Maintenance Operations or at the Pre-Bid Conference at no cost.

The Board reserves the right to waive informalities and to reject any and all bids.

Notice & Protest procedures: Failure to file a protest within the time prescribed and in the manner specified in School Board Policy 6320, and in accordance with § 120.57(3), Fla. Stat. (2002), shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. Any person who is adversely affected by the agency decision or intended decision shall file with the agency a
notice of protest in writing within 72 hours after the posting of the notice of decision or intended decision. Failure to file a notice of protest or failure to file a formal written protest within the time permitted shall constitute a waiver of proceedings. With respect to a protest of the terms, conditions, and specifications contained in a solicitation, including any provisions governing the methods of ranking bids, bids, or replies, awarding contracts, reserving rights of further negotiation, or modifying or amending any contract, the notice of protest shall be filed in writing within 72 hours after the posting of the solicitation. In either event, the protest must include a bond in accordance with the provisions of F.S. 255.0516 and School Board Policy 6320. The formal written protest shall be filed within 10 days after the date the notice of protest is filed. The formal written protest shall state with particularity the facts and law upon which the protest is based. Saturdays, Sundays, and state holidays shall be excluded in the computation of the 72-hour time periods established herein.

The School Board of Miami-Dade County, Florida strongly encourages the participation of local, certified SBE’s, MBE’s and M/WBE’s on all School Board projects as prime contractors and sub-consultants. The Board adheres to a policy of non-discrimination in educational programs/activities and employment and strives affirmatively to provide equal opportunity for all. Refer to Board Policy 6320.02 for Small/Micro Business Enterprise Program & M/WBE Certification. Pursuant to Board Policy 6320.02, the Board has applied a mandatory subcontracting assistance level of twenty percent (20%) for SBE/MBE firms to Job Order Contract JOC17O-B1 to encourage participation by SBE/MBE and M/WBE firms. Vendors certified as an SBE, MBE or M/WBE with any entity or agency other than the School Board of Miami-Dade County will not be acceptable. A current list of certified SBE/MBEs can be found online at www.oeo.dadeschools.net or by contacting the Office of Economic Opportunity at (305) 995-1307.

THE SCHOOL BOARD OF MIAMI-DADE COUNTY

Alberto M. Carvalho
Superintendent of Schools

5/22-30 6/5 17-13/0000226240M

6/5/2017
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><br/><b>THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA<br/>LEGAL ADVERTISEMENT FOR <br/>CONSTRUCTION BIDS FOR<br/>NEW K-8 @ S.W. 167TH AVENUE &Amp; <br/>S.W. 95TH STREET<br/><br/></b> THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA LEGAL ADVERTISEMENT FOR CONSTRUCTION BIDS FOR NEW K-8 @ S.W. 167TH AVENUE &Amp; S.W. 95TH STREET
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000226389-01

The School Board of Miami-Dade County, Florida (Board), intends to award one Construction firm the following General Obligation Bond (GOB) project:

PROJECT NO. 01534700
NEW K-8 @ SW 167th AVENUE & SW 95th STREET
NEW CONSTRUCTION
SW 167TH AVENUE & SW 95TH STREET
MIAMI, FL 33196

BIDS DUE: Sealed bids will be received by The School Board of Miami-Dade County, Florida, for the project listed herein, until 2:00 P.M. local time, Tuesday, the 20th day of June, 2017, at 1450 N.E. Second Avenue, Room 650, Miami, Florida, following which time and place, or as soon there-after as the Board can attend to the same, the said bids will be publicly opened, read and tabulated in the Board Auditorium, Miami-Dade County School Board Administration Building, by an authorized representative of the Board. Award of the contract will be made to the lowest, pre-qualified responsible and responsive bidder for the actual amount bid considering base bid and accepted alternates (if any) as listed in the bidding documents. The Board will award the contract based upon the results of the tabulations as covered by applicable laws and regulations.

Bidders desiring to participate in this solicitation must be pre-qualified by the Board prior to submitting their bid in response to this solicitation. Contact the Miami-Dade County Public Schools (M-DCPS) Office of Economic Opportunity at (305) 995-1307 for information regarding Contractors’ Pre-qualification procedures.

QUESTIONS: Written questions regarding this project will be accepted. All written communications must be sent to the Project Architect/Engineer, Rudy Hernandez ([email protected]) Zyscovich Architects, 100 N. Biscayne Boulevard., 27th Floor, Miami, Florida 33132.

MANDATORY PRE-BID CONFERENCE (New K-8 @ S.W. 167th Avenue & S.W. 95th Street): Wednesday, June 7th, 2017, at 10:00 a.m. local time, at the Board Auditorium in the Miami-Dade County School Board Administration Building, on 1450 NE 2ND AVENUE, MIAMI, FLORIDA. There will be a sign-in period from 10:00 a.m. to 10:15 a.m. Potential bidders arriving after the fifteen (15) minute sign-in period will not be allowed to participate in this solicitation. Proposals submitted by firms not represented at the Mandatory Pre-Bid Conference will not be considered.

BOARD POLICIES:

Cone of Silence
A Cone of Silence, pursuant to Board Policy 6325, shall commence with the issuance of this Legal Advertisement and shall terminate at the time the item is presented by the Superintendent to the appropriate Board committee immediately prior to the Board meeting at which the Board will award or approve a contract, reject all bids or responses, or take any other action that ends the solicitation and review process. Any violation of this rule shall be investigated by the Board’s Inspector General and shall result in the disqualification of the potential applicant from the competitive solicitation process, rejection of any recommendation for award, or the revocation of an award to the vendor as being void, rendering void any previous or prior awards. The potential vendor or vendor’s representative determined to have violated this rule, shall be subject to debarment.

General questions regarding the legal advertisement will be sent to the Office of Capital Improvement Projects via email at [email protected], and a copy filed with the Clerk of the School Board at [email protected] (or at 1450 NE 2nd Avenue, Room 311, Miami, Florida 33132), who shall make copies available to the public upon request.

Lobbyist
Lobbyist requirements, pursuant to Board Policy 8150, shall be applicable to this solicitation and all proposers and lobbyists shall strictly conform to, and be governed by, the requirements set forth therein. Contact the Clerk of the School Board for additional information.

Local-Vendor Preference
Local-Vendor Preference, pursuant to Board Policy 6320.05, shall apply to this solicitation. Based on Board policy, Local Business means a vendor or business that has a valid business tax receipt, issued by a jurisdiction located in Miami-Dade County, that has either (1) its headquarters, manufacturing facility, or locally-owned franchise located within the legal boundaries of Miami Dade County, for at least twelve (12) months, or (2) has an office with a street address within the boundaries of Miami-Dade County for at least twenty-four (24) months, calculated from the bid or proposal opening date. Post office boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In order to be considered for local preference, vendors must provide a copy of their business tax receipt and the Local Business Affidavit of Eligibility with their proposal. Proposers who fail to submit the required documents will not be considered for Vendor Preference.

Jessica Lunsford Act
The successful proposer(s) shall fully comply with the State of Florida’s House Bill 1877 "Jessica Lunsford Act" (JLA); FS 1012.465, 1012.32, 1012.467 & 1012.468 and Board Policy 4121.01, Employment Standards and Fingerprinting of all Employees (also refer to Board Policy 8475).

Ethics, Conflict of Interest and Anti-Fraud
Proposers responding to this solicitation shall comply with the following ethics, conflict of interest and anti-fraud policies:
- Board Policy 6460, Business Code of Ethics;
- Board Policy 6460, Disclosure of Employment of Former School Board Employees;
- Board Policy 8700, Anti-Fraud; and all related Board policies and procedures, as applicableContractor Debarment ProceduresPursuant to Board Policy 6320.04, Contractor Discipline Procedures, debarred contractors are excluded from conducting business with the Board as agents, representatives, partners, and associates of other contractors, subcontractors or individual sureties.

Commercial Anti-discrimination, Diversity, and Inclusion
Proposers responding to this solicitation shall comply with the following anti-discrimination policies:
- Board Policy 6465, Commercial Anti-discrimination, Diversity, and Inclusion (proposers shall be required to certify compliance with Board Policy 6465);
- Board Policy 1362.02, 3362.02 and 4362.02, Anti-discrimination/ Harassment Complaint Procedure; and
- all related Board policies and procedures, as applicableSMBE & M/WBE ProgramsSMBE & M/WBE Programs, in accordance with Board Policy 6320.02 and the "Small/Micro Business Enterprise Program Administrative Procedures Manual" Board-approved May 8, 2014, shall be applicable to this solicitation. Contact the Office of Economic Opportunity at 305-995-1307 or [email protected] for list of certified firms.

Protest
Failure to file a protest within the time prescribed and in the manner specified in Board Policy 6320 (Purchase Approval and Competitive Bidding Process Requirements) or in accordance with FS Section 120.57(3) shall constitute a waiver of proceedings under FS Chapter 120.

ACKNOWLEDGEMENT:
The proposer acknowledges that all information contained in their RFQ
Response is part of public domain as defined by the State of Florida Sunshine Law. Therefore, any information received is subject to public inspection and copying in accordance with FS 119. No action on the part of the proposer would create an obligation of confidentiality on the part of the School Board including, but not limited to, making a reference in the RFQ Response to trade secrets FS 812.081 and 815.045. It is recommended that potential proposers exclude from their response any information that, in their judgment, may be considered a trade secret.

Board policies, as amended from time to time, can be accessed and downloaded at: http://www.neola.com/miamidade-fl/.

The successful proposer(s) shall fully comply with the State of Florida’s House Bill 1877 "Jessica Lunsford Act" (JLA); FS 1012.465, 1012.32, 1012.467 & 1012.468 and Board Policy 4121.01, Employment Standards and Fingerprinting of all. Failure to file a protest within the time prescribed and in the manner specified in Board Policy 6320 or in accordance with §120.57(3). Fla. Stat. (2014) shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.

Pre-qualified bidders may obtain a CD of the documents for construction at no cost or a full set of printed documents for construction at the bidder’s expense from the office of Go Green Document Solutions, Inc. 3715 Grand Avenue, Coconut Grove, Florida 33133, on and after May 22, 2017.

OFFICE OF ECONOMIC OPPORTUNITY

Assistance levels have been established at:

New K-8 at SW 167th Avenue and SW 95th Street: MBE/SBE Mandatory Subcontracting Goals: 25% Construction and 20% Local Work Force, county-wide.

Aspirational M/WBE Subcontracting Goals: 10% African American and 5% Women

The Board reserves the right to waive informalities and to reject any and all bids.

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA

By: Alberto M. Carvalho
Superintendent of Schools
5/22-30 6/5 17-17/0000226389M

6/5/2017
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><br/><b>THE SCHOOL BOARD OF MIAMI-DADE <br/>COUNTY, FLORIDA<br/>LEGAL ADVERTISEMENT FOR CONSTRUCTION BIDS FOR AIR BASE K-8 CENTER<br/><br/></b> THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA LEGAL ADVERTISEMENT FOR CONSTRUCTION BIDS FOR AIR BASE K-8 CENTER
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000230049-01

The School Board of Miami-Dade County, Florida (Board), intends to award one Construction firm for the following General Obligation Bond (GOB) project:

PROJECT NO. 01442800
AIR BASE K-8 CENTER
ADDITIONS & RENOVATIONS
12829 SW 272ND STREET
MIAMI, FL 33032

BIDS DUE: Sealed bids will be received by The School Board of Miami-Dade County, Florida, for the project listed herein, until 2:00 P.M. local time. Thursday, the 6th day of July, 2017, at 1450 N.E. Second Avenue, Room 650, Miami, Florida, following which time and place, or as soon there-after as the Board can attend to the same, the said bids will be publicly opened, read and tabulated in the Board Auditorium, Miami-Dade County School Board Administration Building, by an authorized representative of the Board. Award of the contract will be made to the lowest, pre-qualified responsible and responsive bidder for the actual amount bid considering base bid and accepted alternates (if any) as listed in the bidding documents. The Board will award the contract based upon the results of the tabulations as covered by applicable laws and regulations.

Bidders desiring to participate in this solicitation must be pre-qualified by the Board prior to submitting their bid in response to this solicitation. Contact the Miami-Dade County Public Schools (M-DCPS) Office of Economic Opportunity at (305) 995-1307 for information regarding Contractors’ Pre-qualification procedures.

QUESTIONS: Written questions regarding this project will be accepted. All written communications must be sent to the Project Architect/Engineer, Lourdes Rodriguez ([email protected]), Rodriguez Architects, 2121 Ponce de Leon Boulevard Coral Gables, Florida 33134.

MANDATORY PRE-BID CONFERENCE (Air Base K-8 Center): Tuesday, June 20, 2017, at 10:00 a.m. local time, at the Air Base K-8 Center, on 12829 SW 272nd Street, Miami, Florida. There will be a sign-in period from 10:00 a.m. to 10:15 a.m. Potential bidders arriving after the fifteen (15) minute sign-in period will not be allowed to participate in this solicitation. Proposals submitted by firms not represented at the Mandatory Pre-Bid Conference will not be considered.

BOARD POLICIES:

Cone of Silence

A Cone of Silence, pursuant to Board Policy 6325, shall commence with the issuance of this Legal Advertisement and shall terminate at the time the item is presented by the Superintendent to the appropriate Board committee immediately prior to the Board meeting at which the Board will award or approve a contract, reject all bids or responses, or take any other action that ends the solicitation and review process. Any violation of this rule shall be investigated by the Board’s Inspector General and shall result in the disqualification of the potential applicant from the competitive solicitation process, rejection of any recommendation for award, or the revocation of an award to the vendor as being void, rendering void any previous or prior awards. The potential vendor or vendor’s representative determined to have violated this rule, shall be subject to debarment.

General questions regarding the legal advertisement will be sent to the Office of Capital Improvement Projects via email at [email protected], and a copy filed with the Clerk of the School Board at [email protected] (or at 1450 NE 2nd Avenue, Room 311, Miami, Florida 33132), who shall make copies available to the public upon request.

Lobbyist

Lobbyist requirements, pursuant to Board Policy 8150, shall be applicable to this solicitation and all proposers and lobbyists shall strictly conform to, and be governed by, the requirements set forth therein. Contact the Clerk of the School Board for additional information.

Vendor and Employment Preference

Local-Vendor Preference, pursuant to Board Policy 6320.05, shall apply to this solicitation. Based on Board policy, Local Business means a vendor or business that has a valid business tax receipt, issued by a jurisdiction located in Miami-Dade County, that has either (1) its headquarters, manufacturing facility, or locally-owned franchise located within the legal boundaries of Miami Dade County, for at least twelve (12) months, or (2) has an office with a street address within the boundaries of Miami-Dade County for at least twenty-four (24) months, calculated from the bid or proposal opening date. Post office boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In order to be considered for local preference, vendors must provide a copy of their business tax receipt and the Local Business Affidavit of Eligibility with their proposal. Proposers who fail to submit the required documents will not be considered for Vendor Preference.

Jessica Lunsford Act

The successful proposer(s) shall fully comply with the State of Florida’s House Bill 1877 "Jessica Lunsford Act" (JLA); FS 1012.465, 1012.32, 1012.467 & 1012.468 and Board Policy 4121.01, Employment Standards and Fingerprinting of all Employees (also refer to Board Policy 8475).

Ethics, Conflict of Interest and Anti-Fraud

Proposers responding to this solicitation shall comply with the following ethics, conflict of interest and anti-fraud policies:
- Board Policy 6460, Business Code of Ethics;
- Board Policy 6460, Disclosure of Employment of Former School Board Employees;
- Board Policy 8700, Anti-Fraud; and all related Board policies and procedures, as applicableContractor Debarment Procedures

Pursuant to Board Policy 6320.04, Contractor Discipline Procedures, debarred contractors are excluded from conducting business with the Board as agents, representatives, partners, and associates of other contractors, subcontractors or individual sureties.

Commercial Anti-discrimination, Diversity, and Inclusion

Proposers responding to this solicitation shall comply with the following anti-discrimination policies:

- Board Policy 6465, Commercial Anti-discrimination, Diversity, and Inclusion (proposers shall be required to certify compliance with Board Policy 6465);
- Board Policy 1362.02, 3362.02 and 4362.02, Anti-discrimination/Harassment Complaint Procedure; and
- all related Board policies and procedures, as applicable

SMBE & M/WBE Programs

SMBE & M/WBE Programs, in accordance with Board Policy 6320.02 and the "Small/Micro Business Enterprise Program Administrative Procedures Manual" Board-approved May 8, 2014, shall be applicable to this solicitation. Contact the Office of Economic Opportunity at 305-995-1307 or [email protected] for list of certified firms.

Protest

Failure to file a protest within the time prescribed and in the manner specified in Board Policy 6320 (Purchase Approval and Competitive Bidding Process Requirements) or in accordance with FS Section 120.57(3) shall constitute a waiver of proceedings under FS Chapter 120.

ACKNOWLEDGEMENT:

The proposer acknowledges that all information contained in their RFQ Response is part of public domain as defined by the State of Florida Sunshine Law. Therefore, any information received is subject to public inspection and copying in accordance with FS 119. No action on the part of the proposer would create an obligation of confidentiality on the part of the School Board including, but not limited to, making a reference in the RFQ Response to trade secrets FS 812.081 and 815.045. It is recommended that potential proposers exclude from their response any information that, in their judgment, may be considered a trade secret.

Board policies, as amended from time to time, can be accessed and downloaded at: http://www.neola.com/miamidade-fl/.

The successful proposer(s) shall fully comply with the State of Florida’s House Bill 1877 "Jessica Lunsford Act" (JLA); FS 1012.465, 1012.32, 1012.467 & 1012.468 and Board Policy 4121.01, Employment Standards and Fingerprinting of all. Failure to file a protest within the time prescribed and in the manner specified in Board Policy 6320 or in accordance with §120.57(3). Fla. Stat. (2014) shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.

Pre-qualified bidders may obtain a CD of the documents for construction at no cost or a full set of printed documents for construction at the bidder’s expense from the office of Thomas Printworks, Inc. 275 University Drive, Coral Gables, Florida 33144, on and after June 5, 2017.

OFFICE OF ECONOMIC OPPORTUNITY

Assistance levels have been established at:

Air Base K-8 Center: MBE/SBE Mandatory Subcontracting Goals: 25% Construction and 20% Local Work Force, within a ten-mile radius.

Aspirational M/WBE Subcontracting Goals: 10% African American and 5% Women
The Board reserves the right to waive informalities and to reject any and all bids.THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA

By: Alberto M. Carvalho
Superintendent of Schools
6/5-12-19 17-49/0000230049M

6/5/2017
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><br/><b>LEGAL ADVERTISEMENT RFQ 153 (SM-SBE/MBE)*<br/><br/>REQUEST FOR QUALIFICATIONS (RFQ)<br/>FOR<br/>CONSTRUCTION MANAGEMENT AT-RISK FIRMS<br/><br/>*SHELTERED MARKET (SM) FOR SMALL BUSINESS ENTERPRISES (SBE) &<br/>MICRO BUSINESS ENTERPRISES (MBE)<br/><br/></b> LEGAL ADVERTISEMENT RFQ 153 (SM-SBE/MBE)* REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSTRUCTION MANAGEMENT AT-RISK FIRMS *SHELTERED MARKET (SM) FOR SMALL BUSINESS ENTERPRISES (SBE) & MICRO BUSINESS ENTERPRISES (MBE)
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000228392-01

The School Board of Miami-Dade County, Florida (Board), intends to commission one firm or joint venture as a Construction Management at-Risk (CMR) firm for each of the following General Obligation Bond (GOB) funded projects:



Only Miami-Dade County Public Schools (M-DCPS) certified SBE/MBE firms may participate in this solicitation.
The proposer must submit a current M-DCPS SBE or MBE certificate with the RFQ Response.

MANDATORY PRE-PROPOSAL CONFERENCE:
Date/Time: Monday, June 19, 2017, at 2:10 pm local time
Sign-in Period: Until 2:30 pm local time
Location: South Florida Educational Federal Credit Union, 1498 NE 2 Avenue, Miami, Florida 33132

QUESTIONS: Written questions regarding this solicitation will be accepted until 12:00 pm (noon), local time, Wednesday, June 21, 2017. Questions may be submitted to Bernie Martinez at [email protected] with a copy to the Clerk of the School Board at [email protected]. Questions and Answers (Q&As) will be posted under legal ad 153 in the "INFO" icon at http://ae-solicitations.dadeschools.net.

RESPONSES DUE: RFQ responses must be received no later than 4:00 pm local time, Thursday, July 6, 2017, to the attention of:

MIAMI-DADE COUNTY PUBLIC SCHOOLS
Department of A/E Selection & Negotiations
Nazira Abdo-Decoster, Executive Director
1450 NE 2 Avenue, Room 305
Miami, Florida 33132

REQUIREMENTS: This is an abbreviated ad; the complete legal ad with Mandatory Pre-proposal Conference information, Contractor Pre-qualification requirements, Mandatory Sub-consultant, Sub-contractor and Local Workforce Utilization Goals, project details and instructions for this solicitation, including selection procedures, are available at the above address, or at http://ae-solicitations.dadeschools.net under legal ad 153.

In accordance with Board policies, a Cone of Silence, lobbyist requirements and protest procedures are hereby activated. Failure to comply with requirements of this legal ad and Board policies shall be grounds for disqualification. These, and all related Board policies, can be accessed and downloaded at: http://www.neola.com/miamidade-fl/.
5/30 6/5-12 17-131/0000228392M

6/5/2017
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><br/><b>LEGAL ADVERTISEMENT 152 SM-SBE/MBE*<br/><br/>REQUEST FOR QUALIFICATIONS (RFQ)<br/>FOR<br/>ARCHITECT/ENGINEER OF RECORD<br/>* SHELTERED MARKET (SM) FOR SMALL BUSINESS <br/>ENTERPRISES (SBE) & <br/>MICRO BUSINESS ENTERPRISES (MBE)<br/><br/></b> LEGAL ADVERTISEMENT 152 SM-SBE/MBE* REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECT/ENGINEER OF RECORD * SHELTERED MARKET (SM) FOR SMALL BUSINESS ENTERPRISES (SBE) & MICRO BUSINESS ENTERPRISES (MBE)
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000228334-01

The School Board of Miami-Dade County, Florida (Board), intends to commission one firm or joint venture having full architectural and engineering services available within the entity, or with consultants, as Architect/Engineer of Record (A/E) for the following General Obligation Bond (GOB) funded projects:



Only Miami-Dade County Public Schools (M-DCPS) certified SBE/MBE firms may participate in this solicitation. The proposer must submit a current M-DCPS SBE/MBE certificate with the RFQ Response.

MANDATORY PRE-PROPOSAL CONFERENCE:
Date/Time: Monday, June 19, 2017, at 10:10 am local time
Sign-in Period: Until 10:30 am local time
Location: South Florida Educational Federal Credit Union, 1498 NE 2 Avenue, Miami, Florida 33132

QUESTIONS: Written questions regarding this solicitation will be accepted until 12:00 pm (noon) local time, Wednesday, June 21, 2017. Questions may be submitted to Carolina Velez at [email protected] with a copy to the Clerk of the School Board at [email protected]. Questions and Answers (Q&As) will be posted under legal ad 152 in the "INFO" icon at http://ae-solicitations.dadeschools.net.

RESPONSES DUE: RFQ responses must be received no later than 4:00 pm local time, Thursday, July 6, 2017, to the attention of:

MIAMI-DADE COUNTY PUBLIC SCHOOLS
Department of A/E Selection & Negotiations
Nazira Abdo-Decoster, Executive Director
1450 NE 2 Avenue, Room 305
Miami, Florida 33132

REQUIREMENTS: This is an abbreviated ad; the complete legal ad with Mandatory Pre-proposal Conference information, Mandatory Sub-consultant Utilization Goals, project details and instructions for this solicitation, including selection procedures and required U.S. General Services Administration Standard Form 330, are available at the above address, or at: http://ae-solicitations.dadeschools.net under legal ad 152.

In accordance with Board policies, a Cone of Silence, lobbyist requirements and protest procedures are hereby activated. Failure to comply with requirements of this legal ad and Board policies shall be grounds for disqualification. These, and all related Board policies, can be accessed and downloaded at: http://www.neola.com/miamidade-fl/.
5/30 6/5-12 17-130/0000228334M