Select Categories
7/3/2017
<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/><br/>LEGAL ADVERTISEMENT FOR<br/>CONSTRUCTION BIDS<br/><br/></b> THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA LEGAL ADVERTISEMENT FOR CONSTRUCTION BIDS
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000233847-01

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 25th day of July, 2017, at 1450 N.E. Second Ave, Room 351, 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.

MIAMI-DADE COUNTY, FLORIDA

CONE OF SILENCE:

Pursuant to Board Rule 6Gx13- 8C-1.212, 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 Board Rule 6Gx13- 8C-1.212, in addition to any other penalty provided by law. All written communications must be sent to the Project Architect/Engineer, KVH ARCHITECTS, P.A. at caridad@kvharchitects. com, and a copy filed with the Clerk of The School Board at 1450 NE 2nd Avenue, Room 268, Miami, Florida 33132.

NOTICE & PROTEST PROCEDURES:

Failure to file a protest within the time prescribed and in the manner specified in Board Rule 6Gx13- 3C-1.11, 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 Board Rule 6Gx13- 3C-1.11. 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.

JESSICA LUNSFORD ACT

The successful Bidder shall fully comply with the AJessica Lunsford Act@ and all related Board Rules and procedures as applicable.
The School Board of Miami-Dade County, Florida

BIDDER REQUIREMENTS

THIS PROJECT IS OPEN ONLY TO THOSE BIDDERS WHICH HAVE BEEN PREQUALIFIED BY MIAMI-DADE COUNTY PUBLIC SCHOOLS PRIOR TO BIDDING. FOR THE OPEN MARKET CONTRACT, THE BIDDER MUST BE PREQUALIFIED FOR AN AGGREGATE TOTAL OF $2,000,000 OR MORE. FOR THE M/SBE SHELTERED MARKET, THE BIDDER MUST BE PREQUALIFIED FOR AN AGGREGATE TOTAL OF $200,000.

PRE-BID CONFERENCE

The Pre-Bid Conference has been scheduled for July 11, 2017 at 10:00 AM/PM at Central Maintenance located at 12525 NW 28th Avenue, Miami, Florida 33167, in the Training Room If the Pre-Bid Conference is Mandatory, bids will not be opened or considered from Bidders who are not present at the meeting after 10:00 AM/PM on the date of the meeting.

PRE-BID CONFERENCE ATTENDANCE BY THE BIDDER OR ITS QUALIFIED REPRESENTATIVE IS:



Pre-qualified bidders may obtain one or more sets of bid and contract documents from the office of Facilities Maintenance at the above noted address on or after June 19 , 2017, contact no. (305) 995-4076 with deposit of $0.00 per set, (Cashier’s Check or Money Order, payable to The School Board of Miami-Dade County, Florida). Deposit will be refunded when documents are returned, in good condition, no more than 10 days after award or rejection of Bid. Deposits will be retained by The School Board of Miami-Dade County, Florida, if documents are not returned within the above stipulated time and/or condition.

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
6/19-26 7/3 17-87/0000233847M

7/3/2017
<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/><br/>LEGAL ADVERTISEMENT FOR<br/>CONSTRUCTION BIDS<br/><br/></b> THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA LEGAL ADVERTISEMENT FOR CONSTRUCTION BIDS
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000238028-01

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 25th day of July, 2017, at 1450 N.E. Second Ave, Room 351, 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.
ROOFING TERM BID (RTB)
Project No. 01729100 - A (Micro and Small Business): Minor Repairs - Reroofing , all Regions
Project No. 01729100 - B: Major Repairs - Reroofing, all Regions
MIAMI-DADE COUNTY, FLORIDACONE OF SILENCE:

Pursuant to Board Rule 6Gx13- 8C-1.212, 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 Board Rule 6Gx13- 8C-1.212, in addition to any other penalty provided by law. All written communications must be sent to the Project Architect/Engineer, KVH Architects, P.A. at [email protected], and a copy filed with the Clerk of The School Board at 1450 NE 2nd Avenue, Room 268, Miami, Florida 33132.

NOTICE & PROTEST PROCEDURES:

Failure to file a protest within the time prescribed and in the manner specified in Board Rule 6Gx13- 3C-1.11, 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 Board Rule 6Gx13- 3C-1.11. 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.

JESSICA LUNSFORD ACT

The successful Bidder shall fully comply with the AJessica Lunsford Act@ and all related Board Rules and procedures as applicable.

ROOFING TERM BID (RTB)
Project No. 01729100 -A (Micro and Small Business): Minor Repairs - Reroofing , all Regions
Project No. 01729100 - B: Major Repairs - Reroofing, all Regions

The School Board of Miami-Dade County, Florida

BIDDER REQUIREMENTS

THIS PROJECT IS OPEN ONLY TO THOSE BIDDERS WHICH HAVE BEEN PREQUALIFIED BY MIAMI-DADE COUNTY PUBLIC SCHOOLS PRIOR TO BIDDING. FOR THE OPEN MARKET CONTRACT, THE BIDDER MUST BE PREQUALIFIED FOR AN AGGREGATE TOTAL OF $2,000,000 OR MORE. FOR THE M/SBE SHELTERED MARKET, THE BIDDER MUST BE PREQUALIFIED FOR AN AGGREGATE TOTAL OF $200,000.

PRE-BID CONFERENCE

The Pre-Bid Conference has been scheduled for July 11, 2017 at 10:00 AM/PM at Central Maintenance located at 12525 NW 28th Avenue, Miami, Florida 33167, in the Training Room If the Pre-Bid Conference is Mandatory, bids will not be opened or considered from Bidders who are not present at the meeting after 10:00 AM/PM on the date of the meeting.

PRE-BID CONFERENCE ATTENDANCE BY THE BIDDER OR ITS QUALIFIED REPRESENTATIVE IS:



Pre-qualified bidders may obtain one or more sets of bid and contract documents from the office of Facilities Maintenance at the above noted address, on or after June 19, 2017, contact no. (305) 995-4076 with deposit of $0.00 per set, (Cashier’s Check or Money Order, payable to The School Board of Miami-Dade County, Florida). Deposit will be refunded when documents are returned, in good condition, no more than 10 days after award or rejection of Bid. Deposits will be retained by The School Board of Miami-Dade County, Florida, if documents are not returned within the above stipulated time and/or condition.

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

Legal Ad to Run: THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA

By: Alberto M. Carvalho
Superintendent of Schools
7/3 17-77/0000238028M

7/3/2017
<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 Meetings FL
AD NUMBER 0000237997-01

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:

July 12, 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., July 3, 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., July 10, 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
7/3 17-74/0000237997M

7/3/2017
<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 SECONDARY FACILITY AT THE<br/>DR. MICHEAL M. KROP SHS CAMPUS<br/><br/></b> THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA LEGAL ADVERTISEMENT FOR CONSTRUCTION BIDS FOR NEW SECONDARY FACILITY AT THE DR. MICHEAL M. KROP SHS CAMPUS
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000233862-01

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. 01649000
NEW SECONDARY FACILITY AT THE DR. MICHAEL M. KROP SHS SITE
1410 N.E. 215th STREET
MIAMI, FL 33179

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 20th 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, Alex Silva ([email protected]) Silva Architects, 135 San Lorenzo Avenue, Suite 880, Coral Gables, Florida 33146.

MANDATORY PRE-BID CONFERENCE (New Secondary Facility at the Dr. Michael M. Krop SHS Campus): Wednesday, July 5, 2017, at 10:00 a.m. local time, at Dr. Michael M. Krop Senior High School, on 1410 N.E. 215th 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 applicableSMBE & 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 Espirito Santo Graphics, 275 University Drive Unit 1, Coral Gables, Florida 33134, on and after June 19, 2017.

OFFICE OF ECONOMIC OPPORTUNITY

Assistance levels have been established at:
New Secondary Facility: MBE/SBE Mandatory Subcontracting Goals: 25% Construction and 20% Local Work Force, within a 10-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
6/19-26 7/3 17-86/0000233862M

6/26/2017
<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/><br/>LEGAL ADVERTISEMENT FOR<br/>CONSTRUCTION BIDS<br/><br/></b> THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA LEGAL ADVERTISEMENT FOR CONSTRUCTION BIDS
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000233847-01

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 25th day of July, 2017, at 1450 N.E. Second Ave, Room 351, 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.

MIAMI-DADE COUNTY, FLORIDA

CONE OF SILENCE:

Pursuant to Board Rule 6Gx13- 8C-1.212, 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 Board Rule 6Gx13- 8C-1.212, in addition to any other penalty provided by law. All written communications must be sent to the Project Architect/Engineer, KVH ARCHITECTS, P.A. at caridad@kvharchitects. com, and a copy filed with the Clerk of The School Board at 1450 NE 2nd Avenue, Room 268, Miami, Florida 33132.

NOTICE & PROTEST PROCEDURES:

Failure to file a protest within the time prescribed and in the manner specified in Board Rule 6Gx13- 3C-1.11, 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 Board Rule 6Gx13- 3C-1.11. 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.

JESSICA LUNSFORD ACT

The successful Bidder shall fully comply with the AJessica Lunsford Act@ and all related Board Rules and procedures as applicable.
The School Board of Miami-Dade County, Florida

BIDDER REQUIREMENTS

THIS PROJECT IS OPEN ONLY TO THOSE BIDDERS WHICH HAVE BEEN PREQUALIFIED BY MIAMI-DADE COUNTY PUBLIC SCHOOLS PRIOR TO BIDDING. FOR THE OPEN MARKET CONTRACT, THE BIDDER MUST BE PREQUALIFIED FOR AN AGGREGATE TOTAL OF $2,000,000 OR MORE. FOR THE M/SBE SHELTERED MARKET, THE BIDDER MUST BE PREQUALIFIED FOR AN AGGREGATE TOTAL OF $200,000.

PRE-BID CONFERENCE

The Pre-Bid Conference has been scheduled for July 11, 2017 at 10:00 AM/PM at Central Maintenance located at 12525 NW 28th Avenue, Miami, Florida 33167, in the Training Room If the Pre-Bid Conference is Mandatory, bids will not be opened or considered from Bidders who are not present at the meeting after 10:00 AM/PM on the date of the meeting.

PRE-BID CONFERENCE ATTENDANCE BY THE BIDDER OR ITS QUALIFIED REPRESENTATIVE IS:



Pre-qualified bidders may obtain one or more sets of bid and contract documents from the office of Facilities Maintenance at the above noted address on or after June 19 , 2017, contact no. (305) 995-4076 with deposit of $0.00 per set, (Cashier’s Check or Money Order, payable to The School Board of Miami-Dade County, Florida). Deposit will be refunded when documents are returned, in good condition, no more than 10 days after award or rejection of Bid. Deposits will be retained by The School Board of Miami-Dade County, Florida, if documents are not returned within the above stipulated time and/or condition.

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
6/19-26 7/3 17-87/0000233847M

6/26/2017
<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 SECONDARY FACILITY AT THE<br/>DR. MICHEAL M. KROP SHS CAMPUS<br/><br/></b> THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA LEGAL ADVERTISEMENT FOR CONSTRUCTION BIDS FOR NEW SECONDARY FACILITY AT THE DR. MICHEAL M. KROP SHS CAMPUS
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000233862-01

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. 01649000
NEW SECONDARY FACILITY AT THE DR. MICHAEL M. KROP SHS SITE
1410 N.E. 215th STREET
MIAMI, FL 33179

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 20th 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, Alex Silva ([email protected]) Silva Architects, 135 San Lorenzo Avenue, Suite 880, Coral Gables, Florida 33146.

MANDATORY PRE-BID CONFERENCE (New Secondary Facility at the Dr. Michael M. Krop SHS Campus): Wednesday, July 5, 2017, at 10:00 a.m. local time, at Dr. Michael M. Krop Senior High School, on 1410 N.E. 215th 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 applicableSMBE & 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 Espirito Santo Graphics, 275 University Drive Unit 1, Coral Gables, Florida 33134, on and after June 19, 2017.

OFFICE OF ECONOMIC OPPORTUNITY

Assistance levels have been established at:
New Secondary Facility: MBE/SBE Mandatory Subcontracting Goals: 25% Construction and 20% Local Work Force, within a 10-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
6/19-26 7/3 17-86/0000233862M

6/19/2017
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><br/><b>THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA<br/><br/>LEGAL ADVERTISEMENT FOR<br/>CONSTRUCTION BIDS<br/><br/></b> THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA LEGAL ADVERTISEMENT FOR CONSTRUCTION BIDS
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000233847-01

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 25th day of July, 2017, at 1450 N.E. Second Ave, Room 351, 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.

MIAMI-DADE COUNTY, FLORIDA

CONE OF SILENCE:

Pursuant to Board Rule 6Gx13- 8C-1.212, 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 Board Rule 6Gx13- 8C-1.212, in addition to any other penalty provided by law. All written communications must be sent to the Project Architect/Engineer, KVH ARCHITECTS, P.A. at caridad@kvharchitects. com, and a copy filed with the Clerk of The School Board at 1450 NE 2nd Avenue, Room 268, Miami, Florida 33132.

NOTICE & PROTEST PROCEDURES:

Failure to file a protest within the time prescribed and in the manner specified in Board Rule 6Gx13- 3C-1.11, 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 Board Rule 6Gx13- 3C-1.11. 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.

JESSICA LUNSFORD ACT

The successful Bidder shall fully comply with the AJessica Lunsford Act@ and all related Board Rules and procedures as applicable.
The School Board of Miami-Dade County, Florida

BIDDER REQUIREMENTS

THIS PROJECT IS OPEN ONLY TO THOSE BIDDERS WHICH HAVE BEEN PREQUALIFIED BY MIAMI-DADE COUNTY PUBLIC SCHOOLS PRIOR TO BIDDING. FOR THE OPEN MARKET CONTRACT, THE BIDDER MUST BE PREQUALIFIED FOR AN AGGREGATE TOTAL OF $2,000,000 OR MORE. FOR THE M/SBE SHELTERED MARKET, THE BIDDER MUST BE PREQUALIFIED FOR AN AGGREGATE TOTAL OF $200,000.

PRE-BID CONFERENCE

The Pre-Bid Conference has been scheduled for July 11, 2017 at 10:00 AM/PM at Central Maintenance located at 12525 NW 28th Avenue, Miami, Florida 33167, in the Training Room If the Pre-Bid Conference is Mandatory, bids will not be opened or considered from Bidders who are not present at the meeting after 10:00 AM/PM on the date of the meeting.

PRE-BID CONFERENCE ATTENDANCE BY THE BIDDER OR ITS QUALIFIED REPRESENTATIVE IS:



Pre-qualified bidders may obtain one or more sets of bid and contract documents from the office of Facilities Maintenance at the above noted address on or after June 19 , 2017, contact no. (305) 995-4076 with deposit of $0.00 per set, (Cashier’s Check or Money Order, payable to The School Board of Miami-Dade County, Florida). Deposit will be refunded when documents are returned, in good condition, no more than 10 days after award or rejection of Bid. Deposits will be retained by The School Board of Miami-Dade County, Florida, if documents are not returned within the above stipulated time and/or condition.

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
6/19-26 7/3 17-87/0000233847M

6/19/2017
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><br/><b>THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA<br/>LEGAL ADVERTISEMENT FOR<br/>CONSTRUCTION BIDS FOR<br/>NEW SECONDARY FACILITY AT THE<br/>DR. MICHEAL M. KROP SHS CAMPUS<br/><br/></b> THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA LEGAL ADVERTISEMENT FOR CONSTRUCTION BIDS FOR NEW SECONDARY FACILITY AT THE DR. MICHEAL M. KROP SHS CAMPUS
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000233862-01

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. 01649000
NEW SECONDARY FACILITY AT THE DR. MICHAEL M. KROP SHS SITE
1410 N.E. 215th STREET
MIAMI, FL 33179

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 20th 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, Alex Silva ([email protected]) Silva Architects, 135 San Lorenzo Avenue, Suite 880, Coral Gables, Florida 33146.

MANDATORY PRE-BID CONFERENCE (New Secondary Facility at the Dr. Michael M. Krop SHS Campus): Wednesday, July 5, 2017, at 10:00 a.m. local time, at Dr. Michael M. Krop Senior High School, on 1410 N.E. 215th 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 applicableSMBE & 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 Espirito Santo Graphics, 275 University Drive Unit 1, Coral Gables, Florida 33134, on and after June 19, 2017.

OFFICE OF ECONOMIC OPPORTUNITY

Assistance levels have been established at:
New Secondary Facility: MBE/SBE Mandatory Subcontracting Goals: 25% Construction and 20% Local Work Force, within a 10-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
6/19-26 7/3 17-86/0000233862M

6/19/2017
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><br/><b>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>ANNOUNCEMENT<br/><br/></b> ANNOUNCEMENT
CATEGORY Meetings FL
AD NUMBER 0000232143-01

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:

June 21, 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., June 12, 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., June 19, 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
6/12 17-46/0000232143M

TRENDING STORIES