Select Categories
1/30/2017
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><br/><b>NOTICE<br/><br/></b> NOTICE
CATEGORY Meetings FL
AD NUMBER 0000193157-01

The School Board of Miami-Dade County, Florida announces the following Board Policy action will be taken at its meeting on:

March 15, 2017
1:00 P.M.
School Board Auditorium
1450 N.E. Second Avenue
Miami, Florida 33132

To Amend:
8475, Criminal Background Screening of Vendors
, to clarify the process by which non-employee contractors are issued state-required badges by the District indicating that they have cleared the Level 2 screening process and requiring contractors and those who work for them to wear the badges at all times when on school campuses. The policy is also being amended to change and simplify the name from Criminal Background Screening of Vendors, Individuals, or Entities Under Contract with the School Board to Criminal Background Screening of Contractors.

7540.02, District Web Page, changing the name from District Web Page to District Web Content, Services, and Apps and other changes to emphasize that the policy applies to all web content and services/apps that may be developed by staff or students.

7540.05, Staff Electronic Mail; and Bylaw 0167.1, Use of Electronic Mail, to clarify that Board members and their staff, as authorized users of the District email system, are subject to the same restrictions as District employees. Policy 7540.05 also includes proposed amendments related to retention of emails as public records.

Bylaw 0171, Review of Board Policy, to reflect the statutory change removing the mandate that the Board complete a comprehensive review of its policies every two years and file a report with the Legislature. The Board remains legally responsible under other statutes, however, for updating its policies whenever necessary to comply with existing law and practices. It is also the Superintendent’s statutory duty to recommend policy changes as often as necessary to implement state education law and the mission of the District school system.

Specific Authority: 1001.41 (1) (2), (3), (5); 1001.42 (6), (8), (15); 1001.43 (6), (9), (10), (11); 1001.49 (3) F.S.
Laws Implemented, Interpreted, or Made Specific: 119.011, Chapter 257, Chapter 668.60, Chapter 668.701, 774.083, 775.082, 1001.43 (11), 1012.32, 1012.465, 1012.467, 1012.468

To Promulgate New Policy 2370.01, Virtual Instruction, to encompass all of the various on line education offerings that the District provides and that crowdfunding," which is defined as a campaign to collect typically small amounts of money from a large number of individuals to finance a project or fundraise for a specific cause. Due to the prevalence of large-scale fundraising efforts Districtwide, the adoption of this policy is proposed to provide guidance regarding authorized crowdfunding by both students and staff. Under this new policy, crowdfunding activities for the purpose of raising funds for a specific classroom or school activity must be approved by the school principal or Region administrator, while those for specific causes require the approval of the Superintendent, and to amend Policy 9700, Relations with Special Interest Groups to conform and refer to the new policy.

To Amend:
5830, Student Fundraising
, to require that items sold comply with the current USDA Nutrition Standards in the National School Lunch and School Breakfast Programs, as well as the USDA Smart Snack in Schools regulations.

2430.01, School Volunteers, to clarify the policy’s purpose and emphasize the requirement that certain volunteers submit to fingerprinting and Level 2 background checks. This policy is also recommended to be amended to require that volunteers be provided with informative materials. The proposed amendments clarify the Superintendent’s right and responsibility to recruit and appoint community volunteers and make appropriate placements, as well as the school principals’ and work site supervisors’ right to establish additional procedures regarding volunteer involvement and service at their sites.

2431, Interscholastic Athletics, to reflect new statutory requirements related to the right of a senior high school student to participate in interscholastic athletics immediately upon transfer from one school to another and to clarify other requirements for participation in interscholastic athletics and extra-curricular activities.

7540.03, Student Responsible Use of Technology, Social Media, and District Network Systems, is proposed to be amended to reflect a District requirement that students comply with posted Network Security Standards.

8810, The American Flag, to incorporate the latest statutory language related to a student’s right not to participate in the Pledge of Allegiance and specifications for the display of the American flag in classrooms.

5771, Search and Seizure, which sets forth administrative search parameters, is proposed to be amended to require that District staff preserve confiscated evidence.

Specific Authority: 1001.41(1), (2), (5); 1001.42 (4), (8); 1001.43 (1), (2)(b)(c), (5); 1001.49 (3), F.S.
Law Implemented, Interpreted, or Made Specific: 1002.20(12), 1006.07, 1006.08, 1006.09, 1006.18, 1006.195, F.S.

If requested a Hearing will be held during the March 15, 2017 School Board meeting. Persons requesting such a hearing must submit a written request to the Superintendent of Schools, Room 912, same address, by February 21, 2017. The policy will be effective upon filing with The School Board of Miami-Dade County, Florida on March 15, 2017. A person wishing to appeal any decision made by The School Board of Miami-Dade County, Florida, with respect to any action on this policy should ensure the preparation of a verbatim record of the proceedings, including the testimony and evidence upon which the appeal is to be based. Copies of the policy and the notice of intended action are available to the public for inspection and copying at cost in the Citizen Information Center, Room 102, 1450 N.E. Second Avenue, Miami, Florida.
Alberto M. Carvalho
Superintendent of Schools
1/30 17-60/0000193157M

1/23/2017
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 1 FOR ALL REGIONS OF THE MDCPS MAINTENANCE OPERATIONS CONTRACT # JOC17O-A1 2) JOB ORDER CONTRACT/17 OPEN MARKET 2 FOR ALL REGIONS OF THE MDCPS MAINTENANCE OPERATIONS CONTRACT # JOC 17O-A2
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000185426-01

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, 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 Set Aside Contract # Day Date
Job Order Contract N/A JOC17O-A1 Tuesday 2/7/2017
Job Order Contract N/A JOC17O-A2 Tuesday 2/7/2017Sealed 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 7th day of February 2017, at 1450 N.E. Second Ave, 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 JOCs awarded under this solicitation will have a minimum value of $50,000 for all contracts.

The maximum initial values for JOC17O-A1 and JOC17O-A2 are $2,000,000 with two (2) possible extensions of $2,000,000 each within each term. The terms of all contracts 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 two (2) Job Order Contracts under this solicitation. The Board reserves the right to award to multiple bidders on this solicitation. The Bidder will hold its adjustment factors for one hundred eighty (180) days and the Board reserves the right to make additional awards under this solicitation for a period of one hundred eighty (180) days after the opening of bids.

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 Contracts JOC17O-A1 and JOC17O-A2 are 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.

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, beginning promptly at 10:00 a.m. local time on Tuesday, January 24, 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 10:15 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 January 13, 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 Contracts JOC17O-A1 and JOC17O-A2 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 Schools1/9-17-23 17-33/0000185426M

1/19/2017
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><br/><b>NOTICE<br/><br/></b> NOTICE
CATEGORY Meetings FL
AD NUMBER 0000181506-01

The School Board of Miami-Dade County, Florida announces the following Board Policy action will be taken at its meeting on:

January 25, 2017
1:00 P.M.
School Board Auditorium
1450 N.E. Second Avenue
Miami, Florida 33132

To Promulgate New Policy 6327, Public-Private Partnerships and Unsolicited Proposals, to govern School Board solicitations for public-private partnerships and its receipt of unsolicited proposals in accordance with state law, Section 255.065, F.S., and to amend Policies 0166, Non-Public Meetings; 6320, Purchasing; 6320.03, Bids and Award of Construction Contract Procedures and Regulations; 6330, Architectural, Engineering, Landscape Architectural, Land Surveying, Construction Management, Program Management, and Inspection Services; and 6325, Cone of Silence, to conform and refer to the new policy.

Specific Authority: 1001.41 (1) (2), (4), (5); 1001.42 (11), (12); 1001.43 (2), (5), (10), F.S.
Laws Implemented, Interpreted, or Made Specific: U.S. Titles 23 and 49, C.F.R; Section 24(a), Article I, Florida Constitution; 11.066(5); 119.07(1); 119.071(1); 255.05; 255.065; 286.011; 287.055, F.S.

To Amend:
5410, Student Progression Plan,
to amend the Student Progression Plan 2015-2016. Changes to the updated Student Progression Plan 2016-2017 are the result of actions by the Florida Legislature, interpretations or clarifications by the Florida Department of Education of statutes, or Florida Board of Education rules related to student progression. In addition, recommendations from various stakeholder groups have been incorporated into this document. These changes include legislative requirements promulgated in 2016 by the Florida Legislature such as the Credit Acceleration Program, Online Course Requirement, and the Florida Seal of Biliteracy. Other changes included in the amendment reflect an updated criteria for the English Language Learner’s program, requirement of World-Language Spanish in grades 2-5, and pre-kindergarten entrance requirements.

Specific Authority: 1001.41(1) and (2); 1001.42 (25); and 1001.43 (10) F.S.
Law Implemented, Interpreted, or Made Specific: Sections 1001.41(3); 1001.42(6); 1003.41; 1003.413; 1003.4156; 1003.428; 1003.429; 1003.4295; 1003.43; 1008.22; 1008.25 F.S.

If requested a Hearing will be held during the January 25, 2017 School Board meeting. Persons requesting such a hearing must submit a written request to the Superintendent of Schools, Room 912, same address, by January 11, 2017. The policy will be effective upon filing with The School Board of Miami-Dade County, Florida on January 25, 2017. A person wishing to appeal any decision made by The School Board of Miami-Dade County, Florida, with respect to any action on this policy should ensure the preparation of a verbatim record of the proceedings, including the testimony and evidence upon which the appeal is to be based. Copies of the policy and the notice of intended action are available to the public for inspection and copying at cost in the Citizen Information Center, Room 102, 1450 N.E. Second Avenue, Miami, Florida.
Alberto M. Carvalho
Superintendent of Schools
12/19 16-101/0000181506M

1/17/2017
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 1 FOR ALL REGIONS OF THE MDCPS MAINTENANCE OPERATIONS CONTRACT # JOC17O-A1 2) JOB ORDER CONTRACT/17 OPEN MARKET 2 FOR ALL REGIONS OF THE MDCPS MAINTENANCE OPERATIONS CONTRACT # JOC 17O-A2
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000185426-01

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, 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 Set Aside Contract # Day Date
Job Order Contract N/A JOC17O-A1 Tuesday 2/7/2017
Job Order Contract N/A JOC17O-A2 Tuesday 2/7/2017Sealed 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 7th day of February 2017, at 1450 N.E. Second Ave, 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 JOCs awarded under this solicitation will have a minimum value of $50,000 for all contracts.

The maximum initial values for JOC17O-A1 and JOC17O-A2 are $2,000,000 with two (2) possible extensions of $2,000,000 each within each term. The terms of all contracts 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 two (2) Job Order Contracts under this solicitation. The Board reserves the right to award to multiple bidders on this solicitation. The Bidder will hold its adjustment factors for one hundred eighty (180) days and the Board reserves the right to make additional awards under this solicitation for a period of one hundred eighty (180) days after the opening of bids.

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 Contracts JOC17O-A1 and JOC17O-A2 are 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.

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, beginning promptly at 10:00 a.m. local time on Tuesday, January 24, 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 10:15 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 January 13, 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 Contracts JOC17O-A1 and JOC17O-A2 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 Schools1/9-17-23 17-33/0000185426M

1/13/2017
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><br/><b>ANNOUNCEMENT<br/><br/></b> ANNOUNCEMENT
CATEGORY Misc Other Notice FL
AD NUMBER 0000186993-01

Pursuant to its Policies, The School Board of Miami-Dade County, Florida announces that proposed Board member resolutions, endorsements, and proclamations will be presented at 11:00 a.m. Upon vote being
taken, the Board will recess to present the approved resolutions, endorsements, and proclamations, to which all persons are invited:

January 25, 2017
11:00 A.M.
School Board Auditorium
1450 N.E. Second Avenue
Miami, Florida 33132

The Board will then reconvene the regular public meeting, including other hearings, in accordance with the Policies of the Board, to which all persons are invited:

1:00 P.M.
School Board Auditorium
1450 N.E. Second Avenue
Miami, Florida 33132

PURPOSE: To consider approval of minutes, bid opening lists, items submitted by the Superintendent, School Board Members, School Board Attorney, and other pertinent matters. A copy of the agenda will be available after 11:00 a.m., January 13, 2017, Citizen Information Center, Room 102, 1450 N.E. Second Avenue. For further information, telephone 305-995-1128. A citizen wishing to speak to an agenda item or at the regular public hearing should submit a written request to the Citizen Information Center, Room 102, 1450 N.E. Second Avenue, by 4:30 p.m., January 23, 2017. A person wishing to appeal any decision made by The School Board of Miami-Dade County, Florida, with respect to any matter considered at this meeting (hearing) should ensure the preparation of a verbatim record of the proceedings, including the testimony and evidence upon which the appeal is to be based.

The public hearing shall begin no later than approximately 6:30 p.m. The Chair may begin calling speakers who are present immediately following the conclusion of the regular agenda. The public hearing shall not conclude before 4:30 p.m., unless all of the speakers signed up to speak are present and have been given the opportunity to speak.

Alberto M. Carvalho
Superintendent of Schools
1/13 17-66/0000186993M

1/9/2017
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 1 FOR ALL REGIONS OF THE MDCPS MAINTENANCE OPERATIONS CONTRACT # JOC17O-A1 2) JOB ORDER CONTRACT/17 OPEN MARKET 2 FOR ALL REGIONS OF THE MDCPS MAINTENANCE OPERATIONS CONTRACT # JOC 17O-A2
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000185426-01

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, 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 Set Aside Contract # Day Date
Job Order Contract N/A JOC17O-A1 Tuesday 2/7/2017
Job Order Contract N/A JOC17O-A2 Tuesday 2/7/2017Sealed 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 7th day of February 2017, at 1450 N.E. Second Ave, 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 JOCs awarded under this solicitation will have a minimum value of $50,000 for all contracts.

The maximum initial values for JOC17O-A1 and JOC17O-A2 are $2,000,000 with two (2) possible extensions of $2,000,000 each within each term. The terms of all contracts 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 two (2) Job Order Contracts under this solicitation. The Board reserves the right to award to multiple bidders on this solicitation. The Bidder will hold its adjustment factors for one hundred eighty (180) days and the Board reserves the right to make additional awards under this solicitation for a period of one hundred eighty (180) days after the opening of bids.

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 Contracts JOC17O-A1 and JOC17O-A2 are 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.

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, beginning promptly at 10:00 a.m. local time on Tuesday, January 24, 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 10:15 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 January 13, 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 Contracts JOC17O-A1 and JOC17O-A2 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 Schools1/9-17-23 17-33/0000185426M

1/9/2017
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><br/><b>NOTICE<br/><br/></b> NOTICE
CATEGORY Meetings FL
AD NUMBER 0000181506-01

The School Board of Miami-Dade County, Florida announces the following Board Policy action will be taken at its meeting on:

January 25, 2017
1:00 P.M.
School Board Auditorium
1450 N.E. Second Avenue
Miami, Florida 33132

To Promulgate New Policy 6327, Public-Private Partnerships and Unsolicited Proposals, to govern School Board solicitations for public-private partnerships and its receipt of unsolicited proposals in accordance with state law, Section 255.065, F.S., and to amend Policies 0166, Non-Public Meetings; 6320, Purchasing; 6320.03, Bids and Award of Construction Contract Procedures and Regulations; 6330, Architectural, Engineering, Landscape Architectural, Land Surveying, Construction Management, Program Management, and Inspection Services; and 6325, Cone of Silence, to conform and refer to the new policy.

Specific Authority: 1001.41 (1) (2), (4), (5); 1001.42 (11), (12); 1001.43 (2), (5), (10), F.S.
Laws Implemented, Interpreted, or Made Specific: U.S. Titles 23 and 49, C.F.R; Section 24(a), Article I, Florida Constitution; 11.066(5); 119.07(1); 119.071(1); 255.05; 255.065; 286.011; 287.055, F.S.

To Amend:
5410, Student Progression Plan,
to amend the Student Progression Plan 2015-2016. Changes to the updated Student Progression Plan 2016-2017 are the result of actions by the Florida Legislature, interpretations or clarifications by the Florida Department of Education of statutes, or Florida Board of Education rules related to student progression. In addition, recommendations from various stakeholder groups have been incorporated into this document. These changes include legislative requirements promulgated in 2016 by the Florida Legislature such as the Credit Acceleration Program, Online Course Requirement, and the Florida Seal of Biliteracy. Other changes included in the amendment reflect an updated criteria for the English Language Learner’s program, requirement of World-Language Spanish in grades 2-5, and pre-kindergarten entrance requirements.

Specific Authority: 1001.41(1) and (2); 1001.42 (25); and 1001.43 (10) F.S.
Law Implemented, Interpreted, or Made Specific: Sections 1001.41(3); 1001.42(6); 1003.41; 1003.413; 1003.4156; 1003.428; 1003.429; 1003.4295; 1003.43; 1008.22; 1008.25 F.S.

If requested a Hearing will be held during the January 25, 2017 School Board meeting. Persons requesting such a hearing must submit a written request to the Superintendent of Schools, Room 912, same address, by January 11, 2017. The policy will be effective upon filing with The School Board of Miami-Dade County, Florida on January 25, 2017. A person wishing to appeal any decision made by The School Board of Miami-Dade County, Florida, with respect to any action on this policy should ensure the preparation of a verbatim record of the proceedings, including the testimony and evidence upon which the appeal is to be based. Copies of the policy and the notice of intended action are available to the public for inspection and copying at cost in the Citizen Information Center, Room 102, 1450 N.E. Second Avenue, Miami, Florida.
Alberto M. Carvalho
Superintendent of Schools
12/19 16-101/0000181506M

1/9/2017
<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 148 SM-SBE/MBE*<br/><br/>REQUEST FOR QUALIFICATIONS (RFQ)<br/>FOR<br/>ARCHITECT/ENGINEER OF RECORD<br/>*SHELTERED MARKET (SM) FOR SMALL <br/>BUSINESS ENTERPRISES (SBE) OR MICRO <br/>BUSINESS ENTERPRISES (MBE)<br/><br/></b> LEGAL ADVERTISEMENT 148 SM-SBE/MBE* REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECT/ENGINEER OF RECORD *SHELTERED MARKET (SM) FOR SMALL BUSINESS ENTERPRISES (SBE) OR MICRO BUSINESS ENTERPRISES (MBE)
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000183003-01

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 or 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: Tuesday, January 17, 2017, at 9:30 am local time
Sign-in Period: 9:10 am until 9:30 am local time
Location: South Florida Educational Federal Credit Union, 1498 N.E. 2 Avenue, Miami, Florida 33132

QUESTIONS: Written questions regarding this solicitation will be accepted until 12:00 pm (noon) local time, Thursday, January 19, 2017. Questions may be submitted to Octavio Suarez 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 148 in the "INFO" icon at http://ae-solicitations.dadeschools.net.

RESPONSES DUE
: Request for Qualification responses must be received no later than 4:00 pm local time, Tuesday, January 31, 2017, to the attention of:

MIAMI-DADE COUNTY PUBLIC SCHOOLS
Department of A/E Selection & Negotiations
Nazira Abdo-Decoster, Executive Director
1450 N.E. 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 148.

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/.
12/27 1/3-9 16-62/0000183003M

1/9/2017
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><br/><br/><br/><b>LEGAL ADVERTISEMENT RFQ 149 (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<br/>ENTERPRISES (SBE) OR <br/>MICRO BUSINESS ENTERPRISES (MBE)<br/><br/></b> LEGAL ADVERTISEMENT RFQ 149 (SM-SBE/MBE)* REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSTRUCTION MANAGEMENT AT-RISK FIRMS *SHELTERED MARKET (SM) FOR SMALL BUSINESS ENTERPRISES (SBE) OR MICRO BUSINESS ENTERPRISES (MBE)
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000183008-01

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 or 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: Tuesday, January 17, 2017, at 1:50 pm local time
Sign-in Period: 1:30 pm until 1:50 pm local time
Location: South Florida Educational Federal Credit Union, 1498 N.E. 2 Avenue, Miami, Florida 33132

QUESTIONS: Written questions regarding this solicitation will be accepted until 12:00 pm (noon) local time, Thursday, January 19, 2017. Questions may be submitted to Carlton Crawl @ [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 149 in the "INFO" icon at http://ae-solicitations.dadeschools.net.


RESPONSES DUE:
Request for Qualification responses must be received no later than 4:00 pm local time, Tuesday, January 31, 2017, to the attention of:

MIAMI-DADE COUNTY PUBLIC SCHOOLS
Department of A/E Selection & Negotiations
Nazira Abdo-Decoster, Executive Director
1450 N.E. 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 149.

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/ .
12/27 1/3-9 16-63/0000183008M

1/3/2017
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><br/><br/><br/><b>LEGAL ADVERTISEMENT RFQ 149 (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<br/>ENTERPRISES (SBE) OR <br/>MICRO BUSINESS ENTERPRISES (MBE)<br/><br/></b> LEGAL ADVERTISEMENT RFQ 149 (SM-SBE/MBE)* REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSTRUCTION MANAGEMENT AT-RISK FIRMS *SHELTERED MARKET (SM) FOR SMALL BUSINESS ENTERPRISES (SBE) OR MICRO BUSINESS ENTERPRISES (MBE)
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000183008-01

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 or 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: Tuesday, January 17, 2017, at 1:50 pm local time
Sign-in Period: 1:30 pm until 1:50 pm local time
Location: South Florida Educational Federal Credit Union, 1498 N.E. 2 Avenue, Miami, Florida 33132

QUESTIONS: Written questions regarding this solicitation will be accepted until 12:00 pm (noon) local time, Thursday, January 19, 2017. Questions may be submitted to Carlton Crawl @ [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 149 in the "INFO" icon at http://ae-solicitations.dadeschools.net.


RESPONSES DUE:
Request for Qualification responses must be received no later than 4:00 pm local time, Tuesday, January 31, 2017, to the attention of:

MIAMI-DADE COUNTY PUBLIC SCHOOLS
Department of A/E Selection & Negotiations
Nazira Abdo-Decoster, Executive Director
1450 N.E. 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 149.

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/ .
12/27 1/3-9 16-63/0000183008M