Select Categories
5/17/2016
<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/>NOTICE OF COVERING THE OPENING OF BIDS<br/>FOR<br/>NEW DORAL K-8 CENTER<br/><br/></b> THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA NOTICE OF COVERING THE OPENING OF BIDS FOR NEW DORAL K-8 CENTER
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000108456-01

The School Board of Miami-Dade County, Florida (Board), intends to select one Construction firm for the following General Obligation Bond (GOB) projects:
PROJECT NO. 01439300
NEW DORAL K-8
SCHOOL
NW 90 ST AND 114 AVE
Doral, Florida 33178BIDS DUE: Sealed bids will be received by The School Board of Miami-Dade County, Florida, for the project listed herein, until 2:00 P.M. local time. Tuesday, the 31 day of May 2016, 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 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 altemates (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 for Pre-qualification information at (305) 995-1307 for information regarding Contractors’ Pre-qualification procedures.

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

MANDATORY PRE-BID CONFERENCE (New Doral K-8 SCHOOL): Wednesday, May 11, 2016, at 10:00 a.m. local time, at the Credit Union 1498 NE 2 ave Second Floor Conference Room. 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 Contract Management, [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.

• Local-Vendor Preference

Local-Vendor Preference, pursuant to Board Policy 6320.05, shall apply to this solicitation. Based on Board policy, "Local business means the vendor has a valid business license, issued in Miami-Dade County, with its headquarters, manufacturing facility, or locally-owned franchise located within the legal boundaries of Miami-Dade County for at least 12 months (or having a street address for at least 24 months), prior to the bid or proposal opening date..." Proposers claiming local-vendor preference for this RFQ must submit a Local-Vendor Affidavit of Eligibility with their RFQ proposal. Proposers who fail to submit the required documents will not be considered for Local-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;
- Beard Policy 6460, Disclosure of Employment of Former School Board Employees;
- Board Policy 8700, Anti-Fraud; and all related Board policies and procedures, as applicable

• Contractor Discipline 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.

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

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

Pre-qualified bidders may obtain a CD of the documents for construction at no cost or a full set of printed documents for construction at the bidder’s expense from the office of Go Green Document Solutions, Inc. 3715 Grand Avenue, Coconut Grove, Florida 33133, on and after May 2, 2016.

OFFICE OF ECONOMIC OPPORTUNITY

Assistance levels have been established at:
New Doral K-8 Center: MBE/SBE 25% Construction / 20% Work Force / County Wide
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 Schools5/3-10-17 16-93/0000108456M

5/16/2016
<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 0000113116-01

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

June 22, 2016
1:00 P.M.
School Board Auditorium
1450 N.E. Second Avenue
Miami, Florida 33132

To Amend:
8510, Wellness Policy,
to propose to include a recommended 15-20 minutes per day of recess on days that recess is not scheduled to be provided as a "brain break" for PK-5 students. The policy is also proposed to be amended to clarify the type of CPR training to be provided to middle and high school students.
Specific Authority: 1001.41(1), (2); 1001.42(8); 1001.43(3), F.S.
Law Implemented, Interpreted, or Made Specific: 2 U.S.C. 1751 et seq.; 42 U.S.C. 1771 et seq.; 1001.42(8); 1001.43(3); 595.405; 595.407, F.S.; 6A-7.0411, F.A.C.
Originator: Mr. Steffond L. Cone
Originator: Mrs. Valtena G. Brown
If requested a Hearing will be held during the June 22, 2016 School Board meeting. Persons requesting such a hearing must submit a written request to the Superintendent of Schools, Room 912, same address, by June 13, 2016. The policy will be effective upon filing with The School Board of Miami-Dade County, Florida on June 22, 2016. 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
5/16 16-100/0000113116M

5/12/2016
NOTICE OF PUBLIC MEETING MIAMI-DADE COUNTY PUBLIC SCHOOLS SCHOOL SITE PLANNING AND CONSTRUCTION COMMITTEE
CATEGORY Meetings FL
AD NUMBER 0000111490-01

Notice is hereby given that the School Site Planning and Construction Committee (SSPCC), an advisory committee to The School Board of Miami-Dade County, Florida, will hold a public meeting on Wednesday, May 18, 2016, at 4:30 p.m., Maritime Science and Technology Academy, located at 3979 Rickenbacker Causeway, Room 5328, Miami, FL 33149.

The Agenda for this meeting is as follows:
I. Call To Order

II. Roll Call

III. Amendments to the Agenda

IV. Old Business: None

V. New Business:
Consideration of possible purchase of the Young Women’s Preparatory Academy, located at 1150 S.W. 1 Street, Miami, Florida 33130, currently leased by the District with an option to purchase
VI. Adjournment Interested members of the public are encouraged to attend. For more information, please call Ms. Sandra Johnakin, Administrative Secretary, Planning, Design, and Sustainability, at (305) 995-4603.

If a person wishes to appeal any decision made with respect to any matter considered at this meeting (hearing), such a person should ensure the preparation of a verbatim record of the proceedings including the testimony and evidence upon which the appeal is to be based.

If you have a disability that requires an accommodation, you may call the individual listed as the Contact Person for the above-posted meeting or call the Telecommunications Device for the Deaf (TDD) at (305) 995-2400. Requests for accommodations or assistance must be made at least forty-eight (48) hours in advance. For special equipment (chair lifts, special wheel chairs, etc.) or other special assistance, such as a sign language interpreter or meeting materials, the request for assistance must be made at least five (5) days in advance. Should you have any questions or concerns regarding compliance with the Americans with Disabilities Act (ADA), you should contact the Division of Facilities ADA Compliance, at (305) 995-4650.
5/12 16-118/0000111490M

5/10/2016
<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/>NOTICE OF COVERING THE OPENING OF BIDS<br/>FOR<br/>NEW DORAL K-8 CENTER<br/><br/></b> THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA NOTICE OF COVERING THE OPENING OF BIDS FOR NEW DORAL K-8 CENTER
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000108456-01

The School Board of Miami-Dade County, Florida (Board), intends to select one Construction firm for the following General Obligation Bond (GOB) projects:
PROJECT NO. 01439300
NEW DORAL K-8
SCHOOL
NW 90 ST AND 114 AVE
Doral, Florida 33178BIDS DUE: Sealed bids will be received by The School Board of Miami-Dade County, Florida, for the project listed herein, until 2:00 P.M. local time. Tuesday, the 31 day of May 2016, 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 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 altemates (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 for Pre-qualification information at (305) 995-1307 for information regarding Contractors’ Pre-qualification procedures.

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

MANDATORY PRE-BID CONFERENCE (New Doral K-8 SCHOOL): Wednesday, May 11, 2016, at 10:00 a.m. local time, at the Credit Union 1498 NE 2 ave Second Floor Conference Room. 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 Contract Management, [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.

• Local-Vendor Preference

Local-Vendor Preference, pursuant to Board Policy 6320.05, shall apply to this solicitation. Based on Board policy, "Local business means the vendor has a valid business license, issued in Miami-Dade County, with its headquarters, manufacturing facility, or locally-owned franchise located within the legal boundaries of Miami-Dade County for at least 12 months (or having a street address for at least 24 months), prior to the bid or proposal opening date..." Proposers claiming local-vendor preference for this RFQ must submit a Local-Vendor Affidavit of Eligibility with their RFQ proposal. Proposers who fail to submit the required documents will not be considered for Local-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;
- Beard Policy 6460, Disclosure of Employment of Former School Board Employees;
- Board Policy 8700, Anti-Fraud; and all related Board policies and procedures, as applicable

• Contractor Discipline 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.

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

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

Pre-qualified bidders may obtain a CD of the documents for construction at no cost or a full set of printed documents for construction at the bidder’s expense from the office of Go Green Document Solutions, Inc. 3715 Grand Avenue, Coconut Grove, Florida 33133, on and after May 2, 2016.

OFFICE OF ECONOMIC OPPORTUNITY

Assistance levels have been established at:
New Doral K-8 Center: MBE/SBE 25% Construction / 20% Work Force / County Wide
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 Schools5/3-10-17 16-93/0000108456M

5/3/2016
<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/>NOTICE OF COVERING THE OPENING OF BIDS<br/>FOR<br/>NEW DORAL K-8 CENTER<br/><br/></b> THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA NOTICE OF COVERING THE OPENING OF BIDS FOR NEW DORAL K-8 CENTER
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000108456-01

The School Board of Miami-Dade County, Florida (Board), intends to select one Construction firm for the following General Obligation Bond (GOB) projects:
PROJECT NO. 01439300
NEW DORAL K-8
SCHOOL
NW 90 ST AND 114 AVE
Doral, Florida 33178BIDS DUE: Sealed bids will be received by The School Board of Miami-Dade County, Florida, for the project listed herein, until 2:00 P.M. local time. Tuesday, the 31 day of May 2016, 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 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 altemates (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 for Pre-qualification information at (305) 995-1307 for information regarding Contractors’ Pre-qualification procedures.

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

MANDATORY PRE-BID CONFERENCE (New Doral K-8 SCHOOL): Wednesday, May 11, 2016, at 10:00 a.m. local time, at the Credit Union 1498 NE 2 ave Second Floor Conference Room. 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 Contract Management, [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.

• Local-Vendor Preference

Local-Vendor Preference, pursuant to Board Policy 6320.05, shall apply to this solicitation. Based on Board policy, "Local business means the vendor has a valid business license, issued in Miami-Dade County, with its headquarters, manufacturing facility, or locally-owned franchise located within the legal boundaries of Miami-Dade County for at least 12 months (or having a street address for at least 24 months), prior to the bid or proposal opening date..." Proposers claiming local-vendor preference for this RFQ must submit a Local-Vendor Affidavit of Eligibility with their RFQ proposal. Proposers who fail to submit the required documents will not be considered for Local-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;
- Beard Policy 6460, Disclosure of Employment of Former School Board Employees;
- Board Policy 8700, Anti-Fraud; and all related Board policies and procedures, as applicable

• Contractor Discipline 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.

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

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

Pre-qualified bidders may obtain a CD of the documents for construction at no cost or a full set of printed documents for construction at the bidder’s expense from the office of Go Green Document Solutions, Inc. 3715 Grand Avenue, Coconut Grove, Florida 33133, on and after May 2, 2016.

OFFICE OF ECONOMIC OPPORTUNITY

Assistance levels have been established at:
New Doral K-8 Center: MBE/SBE 25% Construction / 20% Work Force / County Wide
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 Schools5/3-10-17 16-93/0000108456M

5/2/2016
<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 0000107607-01

The School Board of Miami-Dade County, Florida announces a public hearing and its regular School Board meeting on:

May 11, 2016
10:00 A.M.
School Board Auditorium
1450 N.E. Second Avenue
Miami, Florida 33132

This public hearing is being held, pursuant to §1006.283, Florida Statutes, to address the instructional materials that are being considered for adoption for 2016-2017. A copy of the public hearing agenda will be available after 10:00 a.m., May 2, 2016, Citizen Information Center, Room 102, 1450 N.E. Second Avenue.

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:

May 11, 2016
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 Superintend¬ent, School Board Members, School Board Attorney, and other pertinent matters. A copy of the agenda will be available after 11:00 a.m., May 2, 2016, 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., May 9, 2016. A citizen wishing to speak at the Public Hearing for Instructional Materials considered for adoption should submit a written request to the Citizen Information Center by noon, May 10, 2016. All other persons wishing to speak at the Public Hearing for Instructional Materials will be allowed to do so following the scheduled speakers. 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
5/2 16-107/0000107607M

4/20/2016
NOTICE OF PUBLIC MEETING MIAMI-DADE COUNTY PUBLIC SCHOOLS SCHOOL SITE PLANNING AND CONSTRUCTION COMMITTEE
CATEGORY Meetings FL
AD NUMBER 0000103333-01

Notice is hereby given that the School Site Planning and Construction Committee (SSPCC), an advisory committee to The School Board of Miami-Dade County, Florida, will hold a public meeting on Wednesday, April 27, 2016, at 6:00 p.m., at the School Board Administration Building, located at 1450 N.E. 2nd Avenue, Room 916, Miami, FL 33132. The Agenda for this meeting is as follows:
I. Call To Order
II. Roll Call
III. Amendments to the Agenda
IV. Approval of Minutes: September 2, 2015
V. Old Business: None
VI. New Business:
A. Update on General Obligation Bond implementation
B. Five-Year Capital Plan (FY 2016/17 - FY 2020/21) - Timeline and ProcessVII. Adjournment

Interested members of the public are encouraged to attend. For more
information, please call Ms. Sandra Johnakin, Administrative Secretary, Planning, Design, and Sustainability, at (305) 995-4603.

If a person wishes to appeal any decision made with respect to any matter considered at this meeting (hearing), such a person should ensure the preparation of a verbatim record of the proceedings including the testimony and evidence upon which the appeal is to be based.

If you have a disability that requires an accommodation, you may call the individual listed as the Contact Person for the above-posted meeting or call the Telecommunications Device for the Deaf (TDD) at (305) 995-2400. Requests for accommodations or assistance must be made at least forty-eight (48) hours in advance. For special equipment (chair lifts, special wheel chairs, etc.) or other special assistance, such as a sign language interpreter or meeting materials, the request for assistance must be made at least five (5) days in advance. Should you have any questions or concerns regarding compliance with the Americans with Disabilities Act (ADA), you should contact the Division of Facilities ADA Compliance, at (305) 995-4650.
4/20 16-105/0000103333M

4/18/2016
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) 16 1) JOB ORDER CONTRACT/16 MICRO BUSINESS ENTERPRISE 1 FOR ALL REGIONS OF THE MDCPS MAINTENANCE OPERATIONS CONTRACT # JOC16M-A1 2) JOB ORDER CONTRACT/16 MICRO BUSINESS ENTERPRISE 2 FOR ALL REGIONS OF THE MDCPS MAINTENANCE OPERATIONS CONTRACT # JOC 16M-A2 3) JOB ORDER CONTRACT/16 SMALL BUSINESS ENTERPRISE 1 FOR ALL REGIONS OF THE MDCPS MAINTENANCE OPERATIONS CONTRACT # JOC 16SB-A3 4) JOB ORDER CONTRACT/16 SMALL BUSINESS ENTERPRISE 2 FOR ALL REGIONS OF THE MDCPS MAINTENANCE OPERATIONS CONTRACT # JOC 16SB-A4
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000096799-01

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]

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 MBE JOC16M-A1 Tuesday 5/3/2016
Job Order Contract MBE JOC16M-A2 Tuesday 5/3/2016
Job Order Contract SBE JOC16SB-A3 Tuesday 5/3/2016
Job Order Contract SBE JOC16SB-A4 Tuesday 5/3/2016

Sealed bids will be received by The School Board of Miami-Dade County, Florida, for the contract listed herein, until 2:00 P.M. local time, Tuesday, the 3rd day of May 2016, 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 four (4) Job Order Contracts (heteinafter 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 JOC16M-A1, and JOC16M-A2 are $200,000 with two (2) possible extensions of $200,000 each within each term. The maximum initial values for JOC16SB-A3, and JOC16SB-A4 are $500,000 with two (2) possible extensions of $500,000 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 four (4) 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 JOCJ6M-A1 and JOC16M-A2 are limited to those bidders which have been pre-qualified as a General Contractor or Certified Building Contractor by the School Board of Miami-Dade County, Florida, for a single dollar value of $200,000 prior to submitting a bid under this solicitation. Job Order Contracts JOC16SB-A3 and JOC16SB-A4 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 $500,000 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 9:00 a.m. local time on Tuesday, April 19, 2016 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 9:15 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, April 14 thru April 19, 2016 at 12525 NW 28th Avenue, Miami, FL 33167 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 pretest 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 nondiscrimination 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. Job Order Contracts JOC16M-A1 and JOC16M-A2 are set aside for Micro Business Enterprises. Job Order Contracts JOC16SB-A3 and JOC16SB- A4 are set aside for Small Business Enterprises. 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.oea.dadeschools.net or by contacting the Office of Economic Opportunity at (305) 995-1307,

THE SCHOOL BOARD OF MIAMI-DADE COUNTY
Alberto M. Carvalho
Superintendent of Schools

4/4-11-18 16-58/00000096799M

4/18/2016
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsm.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsm.jpg /></a><br/><br/><b>NOTICE<br/><br/></b> NOTICE
CATEGORY Meetings FL
AD NUMBER 0000103190-01

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

June 22, 2016
1:00 P.M.
School Board Auditorium
1450 N.E. Second Avenue
Miami, Florida 33132

To Amend:
5120, Student School Assignment and Attendance Boundary Committee
,
and the document, Attendance Zone Recommendations and Related Administrative Actions 2016-2017, to establish attendance zones for elementary and secondary schools for the 2016-2017 school year, which are in the best interest of students and better utilize existing student stations.
Specific Authority: 1001.41(1), (2); 1001.42(25); 1001.43(10), F.S.
Law Implemented, Interpreted, or Made Specific: 1000.05; 1001.41; 1001.49; 1002.20; 1002.31; 1003.02; 1003.06; 1003.21, F.S.
Originator: Mr. Steffond L. Cone
Originator: Mrs. Valtena G. Brown
If requested a Hearing will be held during the June 22, 2016 School Board meeting. Persons requesting such a hearing must submit a written request to the Superintendent of Schools, Room 912, same address, by May 9, 2016. The policy will be effective upon filing with The School Board of Miami-Dade County, Florida on June 22, 2016. 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
4/18 16-102/0000103190M

4/11/2016
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) 16 1) JOB ORDER CONTRACT/16 MICRO BUSINESS ENTERPRISE 1 FOR ALL REGIONS OF THE MDCPS MAINTENANCE OPERATIONS CONTRACT # JOC16M-A1 2) JOB ORDER CONTRACT/16 MICRO BUSINESS ENTERPRISE 2 FOR ALL REGIONS OF THE MDCPS MAINTENANCE OPERATIONS CONTRACT # JOC 16M-A2 3) JOB ORDER CONTRACT/16 SMALL BUSINESS ENTERPRISE 1 FOR ALL REGIONS OF THE MDCPS MAINTENANCE OPERATIONS CONTRACT # JOC 16SB-A3 4) JOB ORDER CONTRACT/16 SMALL BUSINESS ENTERPRISE 2 FOR ALL REGIONS OF THE MDCPS MAINTENANCE OPERATIONS CONTRACT # JOC 16SB-A4
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000096799-01

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]

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 MBE JOC16M-A1 Tuesday 5/3/2016
Job Order Contract MBE JOC16M-A2 Tuesday 5/3/2016
Job Order Contract SBE JOC16SB-A3 Tuesday 5/3/2016
Job Order Contract SBE JOC16SB-A4 Tuesday 5/3/2016

Sealed bids will be received by The School Board of Miami-Dade County, Florida, for the contract listed herein, until 2:00 P.M. local time, Tuesday, the 3rd day of May 2016, 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 four (4) Job Order Contracts (heteinafter 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 JOC16M-A1, and JOC16M-A2 are $200,000 with two (2) possible extensions of $200,000 each within each term. The maximum initial values for JOC16SB-A3, and JOC16SB-A4 are $500,000 with two (2) possible extensions of $500,000 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 four (4) 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 JOCJ6M-A1 and JOC16M-A2 are limited to those bidders which have been pre-qualified as a General Contractor or Certified Building Contractor by the School Board of Miami-Dade County, Florida, for a single dollar value of $200,000 prior to submitting a bid under this solicitation. Job Order Contracts JOC16SB-A3 and JOC16SB-A4 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 $500,000 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 9:00 a.m. local time on Tuesday, April 19, 2016 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 9:15 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, April 14 thru April 19, 2016 at 12525 NW 28th Avenue, Miami, FL 33167 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 pretest 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 nondiscrimination 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. Job Order Contracts JOC16M-A1 and JOC16M-A2 are set aside for Micro Business Enterprises. Job Order Contracts JOC16SB-A3 and JOC16SB- A4 are set aside for Small Business Enterprises. 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.oea.dadeschools.net or by contacting the Office of Economic Opportunity at (305) 995-1307,

THE SCHOOL BOARD OF MIAMI-DADE COUNTY
Alberto M. Carvalho
Superintendent of Schools

4/4-11-18 16-58/00000096799M

TRENDING STORIES