Select Categories
4/11/2016
<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 Hearings FL
AD NUMBER 0000100389-01

The School Board of Miami-Dade County, Florida is considering instructional materials for adoption in the following subject areas for the 2016-2017 school year:

Secondary French (Grades 6-8)

Secondary French (Grades 9-12)

Elementary Spanish (Grades K-5)

Secondary Spanish (Grades 6-12)

Secondary English Language Arts (Grades 6-12)

Secondary Mathematics (Algebra I, Algebra II, Geometry)

Access to student editions of the instructional materials will be available online beginning April 20th via http://im.dadeschools.net/.

A School Board Public Hearing to receive comments on the instructional materials recommended for adoption will be held on May 11, 2016, at 10:00 a.m., in the School Board Administration Building (SBAB) Auditorium.

Alberto M. Carvalho
Superintendent of Schools
4/11 16-92/0000100389M

4/4/2016
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

4/4/2016
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsm.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsm.jpg /></a><br/><br/><br/><b>ANNOUNCEMENT<br/><br/></b> ANNOUNCEMENT
CATEGORY Meetings FL
AD NUMBER 0000097646-01

The School Board of Miami-Dade County, Florida announces a
conference session and its regular School Board Meeting on:

April 13, 2016
10:00 A.M.
School Board Auditorium
1450 N.E. Second Avenue
Miami, Florida 33132

Attendance Boundaries for 2016-2017 is the subject of the scheduled conference session. A copy of the conference session agenda will be available after 10:00 a.m., April 4, 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:

April 13, 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 Superintendent, School Board Members, School Board Attorney, and other pertinent matters. A copy of the agenda will be available after 11:00 a.m., April 4, 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., April 11, 2016. 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
4/4 16-70/0000097646M

3/21/2016
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsm.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsm.jpg /></a><br/><br/><b>LEGAL ADVERTISEMENT #133<br/>REQUEST FOR QUALIFICATIONS<br/>FOR<br/>ARCHITECT/ENGINEER OF RECORD<br/><br/></b> LEGAL ADVERTISEMENT #133 REQUEST FOR QUALIFICATIONS FOR ARCHITECT/ENGINEER OF RECORD
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000087814-01

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

CLASSROOM ADDITION & RENOVATIONS
AT
BENJAMIN FRANKLIN
K-8 CENTER
13100 N.W. 12 Avenue
North Miami, Florida 33168

Project No. 01432700
Construction Budget: $4,596,915

RENOVATIONS & P.E. SHELTER REPLACEMENT
AT
MEADOWLANE
ELEMENTARY SCHOOL

4280 West 8 Avenue
Hialeah, Florida 33012

Project No. 01434800
Construction Budget: $4,313,769

MANDATORY PRE-PROPOSAL CONFERENCE:
Date: Wednesday, March 30, 2016
Sign-in Time: 1:30 - 1:50 p.m. local time
Location: SOUTH FLORIDA EDUCATIONAL FEDERAL CREDIT UNION, 1498 N.E. 2 Avenue, Miami, Florida 33132

QUESTIONS: Written questions regarding this solicitation will be accepted until 4:00 p.m. local time, Friday, April 1, 2016. Questions must be submitted to Carolina Velez at [email protected] with a copy to the Clerk of the School Board at [email protected].

RESPONSES DUE
: Request for Qualifications responses must be received no later than 4:00 p.m. local time, Tuesday, April 12, 2016 to the attention of:

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

REQUIREMENTS: This is an abbreviated ad; the complete legal ad with Mandatory Pre-proposal Conference information, project details and
instructions for this solicitation, including selection procedures and
required U.S. General Services Administration Standard Form 330, are available at the above address or at http://ae-solicitations.dadeschools.net under legal ad #133.

In accordance with Board policies, a Cone of Silence, lobbyist requirements and protest procedures are hereby activated. Failure to comply with
requirements of this legal ad and Board policies shall be grounds for
disqualification. These, and all related Board policies, can be accessed and downloaded at: http://www.neola.com/miamidade-fl/.
3/7-14-21 16-85/0000087814M

3/21/2016
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsl.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsl.jpg /></a><br/><b>LEGAL ADVERTISEMENT #134<br/>REQUEST FOR QUALIFICATIONS<br/>FOR<br/>CONSTRUCTION MANAGEMENT <br/>AT-RISK FIRMS<br/><br/></b> LEGAL ADVERTISEMENT #134 REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT AT-RISK FIRMS
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000087802-01

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

CLASSROOM ADDITION & RENOVATIONS
AT
BENJAMIN FRANKLIN
K-8 CENTER
13100 N.W. 12 Avenue
North Miami, Florida 33168

Project No. 01432700
Construction Budget: $4,596,915

RENOVATIONS & P.E. SHELTER REPLACEMENT
AT
MEADOWLANE
ELEMENTARY SCHOOL
4280 West 8 Avenue
Hialeah, Florida 33012
Project No. 01434800
Construction Budget: $4,313,769

MANDATORY PRE-PROPOSAL CONFERENCE:
Date: Wednesday, March 30, 2016
Sign-in Time: 9:30 - 9:50 a.m. local time
Location: SOUTH FLORIDA EDUCATIONAL FEDERAL CREDIT UNION, 1498 N.E. 2 Avenue, Miami, Florida 33132

QUESTIONS:
Written questions regarding this solicitation will be accepted until 4:00 p.m. local time, Friday, April 1, 2016. Questions may be submitted to Carlton Crawl at [email protected] with a copy to the Clerk of the School Board at [email protected].

RESPONSES DUE:
Request for Qualifications responses must be received no later than 4:00 p.m. local time, Tuesday, April 12, 2016 to the attention of:

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

REQUIREMENTS: This is an abbreviated ad; the complete legal ad with contractor pre-qualification requirements, project details and instructions for this solicitation, including selection procedures, are available at the above address, or at http://ae-solicitations.dadeschools.net under legal ad #134.

In accordance with Board policies, a Cone of Silence, lobbyist requirements and protest procedures are hereby activated. Failure to comply with requirements of this legal ad and Board policies shall be grounds for disqualification. These, and all related Board policies, can be accessed and downloaded at: http://www.neola.com/miamidade-fl/.
3/7-14-21 16-86/0000087802M

3/21/2016
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsm.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsm.jpg /></a><br/><br/><b>LEGAL ADVERTISEMENT #136<br/>REQUEST FOR QUALIFICATIONS<br/>FOR<br/>CONSTRUCTION MANAGEMENT AT-RISK FIRM<br/><br/></b> LEGAL ADVERTISEMENT #136 REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT AT-RISK FIRM
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000087822-01

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

NEW K-8 CENTER (FACILITY CONVERSION)
AT
13835 N.W. 97 AVENUE
Hialeah, Florida 33018
(PHASES 2 - 4)

Project No. 01439700 (Phase 2 only)
Const. Budget: $10,357,924 (Phases 2 - 4)

MANDATORY PRE-PROPOSAL CONFERENCE:
Date: Tuesday, March 29, 2016
Sign-in Time: 9:30 - 9:50 a.m. local time
Location: SOUTH FLORIDA EDUCATIONAL FEDERAL CREDIT UNION, 1498 N.E. 2 Avenue, Miami, Florida 33132

QUESTIONS: Written questions regarding this solicitation will be accepted until 4:00 p.m. local time, Friday, April 1, 2016. Questions may be submitted to Ed Ford at [email protected] with a copy to the Clerk of the School Board at [email protected].

RESPONSES DUE: Request for Qualifications responses must be received no later than 4:00 p.m. local time, Tuesday, April 12, 2016 to the attention of:

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

REQUIREMENTS: This is an abbreviated ad; the complete legal ad with contractor pre-qualification requirements, project details and instructions for this solicitation, including selection procedures, are available at the above address, or at http://ae-solicitations.dadeschools.net under legal ad #136.

In accordance with Board policies, a Cone of Silence, lobbyist requirements and protest procedures are hereby activated. Failure to comply with requirements of this legal ad and Board policies shall be grounds for
disqualification. These, and all related Board policies, can be accessed and downloaded at: http://www.neola.com/miamidade-fl/.
3/7-14-21 16-88/0000087822M

3/21/2016
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsm.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsm.jpg /></a><br/><br/><b>LEGAL ADVERTISEMENT #135<br/>REQUEST FOR QUALIFICATIONS<br/>FOR<br/>ARCHITECT/ENGINEER OF RECORD<br/><br/></b> LEGAL ADVERTISEMENT #135 REQUEST FOR QUALIFICATIONS FOR ARCHITECT/ENGINEER OF RECORD
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000087815-01

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

NEW K-8 CENTER (FACILITY CONVERSION)
AT
13835 N.W. 97 AVENUE
Hialeah, Florida 33018
(PHASES 2 - 4)
Project No. 01439700 (Phase 2 only)
Const. Budget: $10,357,924 (Phases 2 - 4)

MANDATORY PRE-PROPOSAL CONFERENCE:
Date: Tuesday, March 29, 2016
Sign-in Time: 1:30 - 1:50 p.m. local time
Location: SOUTH FLORIDA EDUCATIONAL FEDERAL CREDIT UNION, 1498 N.E. 2 Avenue, Miami, Florida 33132

QUESTIONS: Written questions regarding this solicitation will be accepted until 4:00 p.m. local time, Friday, April 1, 2016. Questions must be submitted to Octavio Suarez at [email protected] with a copy to the Clerk of the School Board at [email protected].

RESPONSES DUE:
Request for Qualifications responses must be received no later than 4:00 p.m. local time, Tuesday, April 12, 2016 to the attention of:

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

REQUIREMENTS: This is an abbreviated ad; the complete legal ad with Mandatory Pre-proposal Conference information, project details and
instructions for this solicitation, including selection procedures and
required U.S. General Services Administration Standard Form 330, are available at the above address or at http://ae-solicitations.dadeschools.net under legal ad #135.

In accordance with Board policies, a Cone of Silence, lobbyist requirements and protest procedures are hereby activated. Failure to comply with requirements of this legal ad and Board policies shall be grounds for
disqualification. These, and all related Board policies, can be accessed and downloaded at: http://www.neola.com/miamidade-fl/.
3/7-14-21 16-87/0000087815M

3/18/2016
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsm.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsm.jpg /></a><br/><br/><b>ANNOUNCEMENT<br/>PUBLIC NOTICE OF SCHOOL DISTRICT’S SPRING RECESS<br/><br/></b> ANNOUNCEMENT PUBLIC NOTICE OF SCHOOL DISTRICT’S SPRING RECESS
CATEGORY Misc Other Notice FL
AD NUMBER 0000091911-01

The School Board of Miami-Dade County, Florida announces that its offices will be closed for business during the School District’s Spring Recess on the following dates:

From Monday, March 21, 2016 through Friday, March 25, 2016.

School District offices will reopen on Monday, March 28, 2016.

Selected offices, which have regular interaction with the public, will have limited staff available on those days. Persons who have questions regarding the available services during the Spring Recess or who require information regarding School District matters during the Spring Recess period may contact 305-995-3000.

Alberto M. Carvalho
Superintendent of Schools

3/18 16-120/0000091911M

3/14/2016
<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/></b> NOTICE
CATEGORY Meetings FL
AD NUMBER 0000090350-01

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

April 13, 2016
1:00 P.M.
School Board Auditorium
1450 N.E. Second Avenue
Miami, Florida 33132

To Amend:
1129, 3129, and 4129, Conflict of Interest,
to prohibit employees from participating in the selection, award, or administration of a contract if the employee, a member of the employee’s immediate family, the employee’s partner or an organization which employs or is about to employ any of these parties, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract.
1210, 3210, and 4210, Standards of Ethical Conduct, to clarify the statutory ethics requirement that employees are expressly prohibited from soliciting or accepting anything of value, including a gift, loan, reward, promise of future employment, favor or service based upon an understanding that the vote, official action or judgment of the employee would be influenced.
1362, 3362, and 4362, Anti-Discrimination/Harassment, to clarify employment eligibility verification processes as part of a settlement agreement with the United States Department of Justice, Civil Rights Division, Office of Special Counsel for Immigration-Related Unfair Employment Practices.
1362.02, 3362.02, and 4362.02, Anti-Discrimination/Harassment Complaint Procedure, to adjust the timelines involved in the investigation of discrimination and harassment by the Civil Rights Compliance (CRC) Office and to include the complainant’s right to request review of the CRC’s final report by the Superintendent, which reflects the Board’s current practice.
Specific Authority: 1001.41(1) and (2); 1001.42(6), (7); 1001.43(10), (11), F.S.
Law Implemented, Interpreted, or Made Specific: 8 U.S.C. 1324(b); 112.312; 112.313; 1001.41(1), (2), (5); 1001.42(6); 1001.43(10), (11); 1006.147, F.S.
Originator: Mr. Walter J. Harvey
9142, Diversity Equity and Excellence Advisory Committee, to establish a process to consistently achieve committee quorum through the appointment of alternate members, and the addition of an attendance policy.
Specific Authority: 1001.41(1), (2); 1001.43(10), F.S.
Law Implemented, Interpreted, or Made Specific: 1001.41(1), (2); 1001.43(10), F.S.
Originator: Mrs. Valtena G. Brown
If requested a Hearing will be held during the April 13, 2016 School Board meeting. Persons requesting such a hearing must submit a written request to the Superintendent of Schools, Room 912, same address, by April 4, 2016. The policy will be effective upon filing with The School Board of Miami-Dade County, Florida on April 13, 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
3/14 16-96/0000090350M

3/14/2016
<p ><a href=https://imageserver.amlaw.com/adbase/mdcpsm.pdf><img src=https://imageserver.amlaw.com/adbase/mdcpsm.jpg /></a><br/><br/><b>LEGAL ADVERTISEMENT #135<br/>REQUEST FOR QUALIFICATIONS<br/>FOR<br/>ARCHITECT/ENGINEER OF RECORD<br/><br/></b> LEGAL ADVERTISEMENT #135 REQUEST FOR QUALIFICATIONS FOR ARCHITECT/ENGINEER OF RECORD
CATEGORY Bid Notices RFPs FL
AD NUMBER 0000087815-01

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

NEW K-8 CENTER (FACILITY CONVERSION)
AT
13835 N.W. 97 AVENUE
Hialeah, Florida 33018
(PHASES 2 - 4)
Project No. 01439700 (Phase 2 only)
Const. Budget: $10,357,924 (Phases 2 - 4)

MANDATORY PRE-PROPOSAL CONFERENCE:
Date: Tuesday, March 29, 2016
Sign-in Time: 1:30 - 1:50 p.m. local time
Location: SOUTH FLORIDA EDUCATIONAL FEDERAL CREDIT UNION, 1498 N.E. 2 Avenue, Miami, Florida 33132

QUESTIONS: Written questions regarding this solicitation will be accepted until 4:00 p.m. local time, Friday, April 1, 2016. Questions must be submitted to Octavio Suarez at [email protected] with a copy to the Clerk of the School Board at [email protected].

RESPONSES DUE:
Request for Qualifications responses must be received no later than 4:00 p.m. local time, Tuesday, April 12, 2016 to the attention of:

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

REQUIREMENTS: This is an abbreviated ad; the complete legal ad with Mandatory Pre-proposal Conference information, project details and
instructions for this solicitation, including selection procedures and
required U.S. General Services Administration Standard Form 330, are available at the above address or at http://ae-solicitations.dadeschools.net under legal ad #135.

In accordance with Board policies, a Cone of Silence, lobbyist requirements and protest procedures are hereby activated. Failure to comply with requirements of this legal ad and Board policies shall be grounds for
disqualification. These, and all related Board policies, can be accessed and downloaded at: http://www.neola.com/miamidade-fl/.
3/7-14-21 16-87/0000087815M

TRENDING STORIES