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