R2A-Issue RFQ Comprehensive Program Review Of Nautilus Middle SchoolCOMMISSION ITEM SUMMARY
Condensed Title:
REQUEST FOR APPROVAL TO ISSUE REQUEST FOR QUALIFICATIONS (RFQ) 2014-223.AD FOR A
COMPREHENSIVE PROGRAM REVIEW OF NAUTILUS MIDDLE SCHOOL
Kev lntended Outcome Supported:
Item Summary/Recommendation:
lnduce Public School Accountability Mainly at Middle School and lnvestigate Establishing a Charter Middle
School
Supporting Data (Surveys, Environmental Scan, etc.): Community survey results 2012 18olo of residents with
at middle school level very satisfied, compared to 76% very satisfied at the elementary. M-DCPS climate
dala 2012-13 56% satisfled choice of education program offered at Nautilus Middle School, a27.2o/o
ine from the 201 0-1 1 school year, and 59% rating the overall atmosphere at the school as positive, a23.3o/o
ine from the 2010-1 '1 school
At the January 31 , 2014 Commission Retreat, the City's Key lntended Outcomes in the Strategic Plan has been
updated to reflect the priority outcomes of the Mayor and Commission, and was formally adopted on March 5,
2014 perresolulion2Ol4-28525. This RFQ supports the KlOs to lnduce Public SchoolAccountability Mainly at
Middle School and lnvestigate Establishing a Charter Middle School by contracting with a consultantto provide
a comprehensive program review of Nautilus Middle School.
On January 8, 2008, the City of Miami Beach entered into an Education Compact (the "Compact') with Miami-
Dade County Public Schools (M-DCPS). Since the Compact implementation, the City has collaborated with M-
DCPS to enhance learning opportunities for youth in all Miami Beach public schools. Community survey results
in 2012 reflect 18 percent of residents with children at middle school level very satistied, compared to 76
percent very satisfied at the elementary school level. Additionally, M-DCPS school climate survey data for
2012-13 school year reflects 56 percent satisfied with the choice of education program offered at Nautilus
Middle School, a 27.2 percent decline from the 2010-1 1 school year, and 59 percent rating the overall
atmosphere at the school as positive, a 23.3 percent decline from the 2010-1 1 school year.
The City of Miami Beach is seeking an education consultanvfirm to conduct a comprehensive program review
for Nautilus Middle of Miami-Dade County Public Schools, including but not limited to an academic program
evaluation both quantitative and qualitative data, a best practice literature review, benchmarking comparison,
and market evaluation, to address multiple community concerns. The contractor is expected to complete the
data review within one (1) month of selection, with recommendations for ongoing improvement tracked until
January 2015.
To seek proposals for the aforementioned services, the Administration is proposing to issue the attached RFQ.
Proposers are encouraged to submit proposals that will: 1) identify existing issues and areas for
improvemenUchange within the school based on a gap analysis; 2) benchmark organizational structure and
programming models for Nautilus Middle School against other middle schools locally, at the state level, and
nationally; and, 3) Assess opportunities for the school's future in regards to improving academic achievement
and community perception.
The anticipated budget for this review is $30,000, with a desired timeframe of six (6) months. Additionally, the
program review must include but not be limited to partnership opportunities, recommended and implemented
academic program lmprovements, monthly benchmarks/goals for proposed initiatives, digest of AdvanceED
school accreditation audit, scalable best practices for school business management model.
CONCLUSION
The Administration recommends that the Mayor and Commission authorize the issuance of the RFQ2014-223-
AD for a Review Nautilus Middle School
Source of ,-..
Funds: I
Amount Account
$30,000 199-9967-000367
Total
Financial lmpact Summary:
to lssue RFP 20'14-223-AD
AGENDA ITEM
D&TE
fr14
*a/- tqMIAMIBEACH252
4 MiA/v1iffiEAc[-{
City of Miorni Beoch, 1700 Convenlion Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov
COMMISSION MEMORANDUM
TO: Mayor Philip Levine and Members
FROM: Jimmy L. Morales, City Manager
DATE: May21,2014
the City mrsston
SUBIECT: REQUEST FOR APPROVALI TO ISSUE REQUEST FOR
PROGRAM REVIEW OF NAUTILUS MIDDLE SCHOOL
BACKGROUND/ANALYSIS
At the January 31 ,2014 Commission Retreat, the City's Key lntended Outcomes in the Strategic
Plan has been updated to reflect the priority outcomes of the Mayor and Commission, and was
formally adopted on March 5, 2014 per resolution 2014-28525. This RFQ supports the KlOs to
lnduce Public School Accountability Mainly at Middle School and lnvestigate Establishing a
Charter Middle School by contracting with a consultant to provide a comprehensive program
review of Nautilus Middle School.
On January 8, 2008, the City of Miami Beach entered into an Education Compact (the "Compact")
with Miami-Dade County Public Schools (M-DCPS). Since the Compact implementation, the City
has collaborated with M-DCPS to enhance learning opportunities for youth in all Miami Beach
public schools. The review will be funded using funds allocated for teacher training during
lnternational Baccalaureate Program deployment. Community survey results in2012 reflect 18
percent of residents with children at middle school level very satisfied, compared to 76 percent
very satisfied at lhe elementary school level. Additionally, M-DCPS school climate survey data
for 2012-13 school year reflects 56 percent satisfied with the choice of education program offered
at Nautilus Middle School , a 27.2 percent decline from the 2010-1 '1 school year, and 59 percent
rating the overall atmosphere at the school as positive, a 23.3 percent decline from the 2010-1 1
school year.
The City of Miami Beach is seeking an education consultanUfirm to conduct a comprehensive
program review for Nautilus Middle of Miami-Dade County Public Schools, including but not
limited to an academic program evaluation both quantitative and qualitative data, a besl practice
literature review, benchmarking comparison, and market evaluation, to address multiple
community concerns. The contractor is expected to complete the data review within one (1)
month of selection, with recommendations for ongoing improvement lracked until January 201 5.
253
Reguesf to /ssue RFP 201 4-223-AD
Page 2
To seek proposals for the aforementioned services, the Administration is proposing to issue the
attached RFQ. Proposers are encouraged to submit proposals that will:
. ldentify existing issues and areas for improvemenUchange within the school
based on a gap analysis;. Benchmarking organizational structure and programming models for Nautilus
Middle School against other middle schools locally, at the state level, and
nationally; and,. Assess opportunities for the school's future in regards to improving academic
achievement and community perception.
The anticipated budget for this review is $30,000, with a desired timeframe of six (6) months.
Additionally, the program review must include but not be limited to partnership opportunities,
recommended and implemented academic program lmprovements, monthly
benchmarks/goals for proposed initiatives, digest of AdvanceED school accreditation audit,
scalable best practices for school business management model, and a recommendation for
the need, if any, for alternative middle school options in Miami Beach.
Pursuant to the RFQ process, following the receipt and review of proposals, negotiations will
be conducted with the top qualified proposer(s). The final contract will be presented to the
City Commission for approval.
MAJOR RFQ REQUIREMENTS
1, MINIMUMQUALIFICATIONS
Please Reference Appendix C, Minimum Requirements and Specifications,
RFQ 2O14-223-AD, for Comprehensive Program Review Nautilus Middle
School.
2. SUBMITTAL REQUIREMENTS
Please Reference Section 0300, Proposal Submittal lnstructions and Format,
RFQ 2O14-223-AD, for Comprehensive Program Review Nautilus Middle
School.
3. CRITERIA FOR EVALUATION
Please Reference Section 0400, Evaluation / Selection Process, RFQ 2014-
223-AD, for Comprehensive Program Review Nautilus Middle School.
CONCLUSION
The Administration recommends that the Mayor and Commission authorize the issuance of
the RFQ 2O14-223-AD for a Comprehensive Program Review Nautilus Middle School.
ATTACHMENTS
:"il;#-^Mr
a comprehensive Prosram Review Nautirus Middre schoor
T:\AGENDA\201rv\,lay\llsuance RFQ 2014-223-AD Nautilus Program Review MEMO.doc
I,
254
REQUEST FCR eUALtF|CAT|CNS (RFa)
RFQ 2014-223-AD
COMPREHENSIVE EDUCATIONAL PROGRAM REVIE\^/ OF
NAUTILUS MIDDLE SCHOOL
RFQ ISSUANCE DATE: MAY 23,2014
STATEMENTS OF QUALIFICATIONS DUE: JUNE 27,2014 @ 3:00 PM
ISSUED BY:
E MIAMIBEACH
Alex Denis, Director
DEPARTMENT OF PROCUREMENT MANAGEMENT,l700 Convention Center Drive, Miomi Beoch, FL 331 39
305.673.7OOO x7 49O I www.miomibeochfl.gov
255
E MIAMIBEACH
TABLE OF CONTENTS
SOLICITATION SECTIONS: PAGE
0100 NoT uTtLtzED .................. ....................... N/A
O2OO INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS ...........................3
0300 SUBM|TTAL TNSTRUCTTONS & FORMAT.................. .........................10
0400 EVALUATTON PROCESS ..........................12
APPENDICES: PAGE
APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS ....,... 14
APPENDTX B ',NO BtD" FORM ...........................21
APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS ............,...,..,.,..............23
APPENDIX D INSURANCE REQUIREMENTS ............. ..........25
RFP 20r4-223-AD
256
6 A,,ilAi,.',lRFA1*Ll
-l
r v ){/ tt } 1! Lrl_/ \\Jr I
SECTION O2()O INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS
1. GENERAL. This Request for Qualifications (RFQ) is issued by the City of Miami Beach, Florida (the "City"), as the
means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of
Qualifications (the "proposal") to the City for the City's consideration as an option in achieving the required scope of
services and requirements as noted herein. All documents released in connection with this solicitation, including all
appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and
are complementary to one another and together establish the complete terms, conditions and obligations of the
Proposer and, subsequently, the successful propose(s) (the "contractor[s]") if this RFQ results in an award.
The City utilizes PublrcPurchase (U4ryUpUbtjS@,hase.com) for automatic notification of competitive solicitation
opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective
proposer who has received this RFQ by any means other than through PublicPurchase must register immediately
wilh PublicPurchase lo assure it receives any addendum issued to this RFQ. Failure to receive an addendum
may result in disqualification of proposal submitted,
2. PURPOSE.
The purpose of this RFQ is to seek proposals to conducl a comprehensive educational program review at Nautilus
Middle School, 4301 Michigan Avenue, Miami Beach, Florida 33140, as further detailed in Appendix C. lnterested
parties shall not visit the school site at any time prior to award in connection with the RFQ. All pertinent information
shall be discussed at the Pre-Submittal meeting as scheduled herein. Proposals from Charter School firms are
not requested at this time.
follows
4. PROCUREMENT CONTACT. Any questions or clarifications conceming this solicitation shall be submitted to the
Procurement Contact named herein, in writing, with a copy to the City Clerk's Office, Rafael E. Granado via e-mail:
RafaelGranado@miamibeachfl.gov ; or facsimile: 786-3944188. The Bid title/number shall be referenced on all
correspondence. All questions or requests for clarification must be received no later than the date established in
Section 3 above. All responses to questions/clarifications will be sent to all prospective Proposer in the form of an
addendum.
Procurement Contact:
Alex Denis
Telephone:
305-673-700, EXT 7490
Email:
adenis@MiamiBeachFL.gov
The tentative schedule for this solicitation is as
Solicitation lssued l.tay 23,2014
Pre-Proposal Meeting June 3, 2014
Deadline for Receipt of Questions June 10,2014
Responses Due June 20, 2014
Evaluation Committee Review July 10, 2014 (tentative)
Proposer Presentations (only if determined to be
necessary by the City)
July 10, 2014 (tentative)
Tentative Commission Approval Authorizing
Negotiations
July 23,2014
Contract Negotiations Following Commission Approval
RFP 20r4-223-AD
257
b
-
MIAMIBEACH
5. PRE-STATEMENTS 0F QUALIFICATIONS MEETING OR SITE VISIT(S). Only if deemed necessary by the City,
a pre-proposal meeting or site visit(s) may be scheduled.
A Pre-Proposal conference will be held as scheduled in Solicitation Timeline above at the following address:
City of Miami Beach
City Hall - 4th Floor
City Manager's Large Conference Room
1700 Convention Genter Drive
Miami Beach, Florida 33{39
Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not
mandatory. Proposers interested in participating in the Pre-Proposal Meeting via telephone must follow these steps:
(1) Dial the TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free Noft America)
(2) Enter the MEETING NUMBER: 1142M4
Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this
RFQ expressing their intent to participate via telephone.
6. INTERPRETATIONS. Oral information or responses to questions received by prospective Proposer are not
binding on the City and will be without legal effect, including any information received at pre-submittal meeting or site
visit(s), Only questions answered by written addenda will be binding and may supersede terms noted in this
solicitation. Addendum will be released through PublicPurchase.
7. CONE OF SILENCE. Pursuant to Section 2486 of the City Code, all procurement solicitations once advertised
and until an award recommendation has been fonuarded to the City Commission by the City Manager are under the
"Cone of Silence." The Cone of Silence ordinance is available at
http://library,municode.com/index,aspx?clientlD=13097&statelD=9&statename=Florida. Any communication or
inquiry in reference to this solicitation with any City employee or City official is skictly prohibited with the of exception
communications with the Procurement Director, or his/her administrative staff responsible for administering the
procurement process for this solicitation providing said communication is limited to matters of process or procedure
regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the
Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl,gov.
8, SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following
ordinances/resolutions, which may be found on the City Of Miami Beach website:
http://web.miamibeachfl.qov/procu remenUscroll. asox?id=235 1 0
o CONE OF SI1ENCE..,...,..,,........... CITY CODE SECTION 2486
o PROTEST PR0CEDURES............ . CITY CODE SECTION 2-371
o DEBARMENTPROCEEDINGS.,..,.... CITYC0DESECTIONS2-397THROUGH2-485.3. LOBBY|STREG|STMT|ONANDD|SCLOSUREOFFEES...,,.,,.,.,,,.... CITYCODESECTIONS24SlTHROUGH2-406. CAI/PAIGN CONTRIBUTIONS BY VENDORS...,... CITY CODE SECTION 2487. CAI\.,IPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT
rssuEs.., .,..,......., ctry coDE sECTtoN 2488r REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL
BENEFITSFORDOI\4ESTICPARTNERS.,.,,,...,.,,,. CITYCODESECTION2-373
o LIVING WAGE REQUIREMENT....... CITY CODE SECTIONS 2407 THROUGH 2410. LOCALPREFERENCEFORMIAMI BEACH-BASEDVENDORS,,,.,,.., CITYCODESECTION2-372
o PREFERENCE FOR FLORIDA S|\4ALL BUSINESSES OWNED AND
CONTROLLED BY VETEMNS AND TO STATE.CERTIFIED SERVICE-
DISABLED VETEMN BUSINESS ENTERPRISES,,. .,, CITY CODE SECTION 2-374
4RFP 2014-223-AD
258
g MTAMTBEACH
. FALSECLA|MSORDINANCE,,,.,..,,.. CITYCODESECTIONT0-300. ACCEPTANCEOFGIFTS,FAVORS&SERV|CES....,.,,,,.. CITYCODESECTION2449
L POSTPONEMENT OF DUE DATE FOR RECEIPT OF QUALIFICATIONS. The City reserves the right to
postpone the deadline for submittal of Statement of Qualifications and will make a reasonable effort to give at least
three (3) calendar days written notice of any such postponement to all prospective Proposers through
PublicPurchase.
10, PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the proposal
due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and
proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-
371 shall be barred,
11. MIAMI BEACH-BASED VENDORS PREFERENCE. Pursuant to City of Miami Beach Ordinance No,2011-3747 ,
a five (5) point preference will be given to a responsive and responsible Miami Beach-based proposer.
12. VETEMN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011-
3748, the City shall give a five (5) point preference to a responsive and responsible proposer which is a small
business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise.
13. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section V, Evaluation of
Statement of Qualifications, will be considered by the City Manager who may recommend to the City Commission
the propose(s) s/he deems to be in the best interest of the City or may recommend rejection of all Statement of
Qualifications. The City Manageds recommendation need not be consistent with the scoring results identified herein
and takes into consideration Miami Beach City Code Section 2-369, including the following considerations:
(1) The ability, capacity and skill of the proposer to perform the contract.
(2) Whether the proposer can perform the contract within the time specified, without delay or
interference.
(3) The character, integrity, reputation, judgment, experience and efficiency of the proposer.
(4) The quality of performance of previous contracts.
(5) The previous and existing compliance by the proposer with laws and ordinances relating to the
contract.
The City Commission shall consider the City Manager's recommendation and may approve such recommendation.
The City Commission may also, at its option, reject the City Manage/s recommendation and select another Proposer
(s) which it deems to be in the best interest of the City, or it may also reject all Statement of Qualifications. Upon
approval of selection by the City Commission, negotiations between the City and the selected Proposer (s) will take
place to arrive at a mutually acceptable Agreement, including cost of services.
14. ACCEPTANCE OR REJECTION OF RESPONSES. The City reserves the right to relect any or all Statement of
Qualifications prior to award. Reasonable efforts will be made to either award the Conhact or reject all Statement of
Qualifications within one-hundred twenty (120) calendar days after Statement of Qualifications opening date. A
proposer may not withdraw its Statement of Qualifications unilaterally before the expiration of one hundred and
twenty (120) calendar days from the date of Statement of Qualifications opening.
RFP 201 4-223 A)
259
,h
-
MIAMIBEACH
15. PROPOSER'S RESPONSIBILITY. Before submitting a Statement of Qualiflcations, each Proposer shall be
solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to
ascertain all conditions and requirements affecting the full performance of the contract. lgnorance of such conditions
and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the
Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract,
and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideralion on the part
of the Proposer .
16. COSTS INCURRED BY RESPONDENTS. All expenses involved with the preparation and submission of
Statement of Qualifications, or any work performed in connection therewith, shall be the sole responsibility (and shall
be at the sole cost and expense) ofthe Proposer, and shall not be reimbursed by the City.
17. RELATIONSHIP TO THE CITY. lt is the intent of the City, and Proposals hereby acknowledge and agree, that
the successful Proposer is considered to be an independent contractor, and that neither the Proposer , nor the
Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or
agents of the City,
18, TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes.
19. MISTAKES, Proposals are expected to examine the terms, conditions, specifications, delivery schedules,
proposed pricing, and all instructions pertaining to the goods and services relative to this RFQ. Failure to do so will
be at the Proposer's risk and may result in the Statement of Qualifications being non-responsive.
20. PAYMENT. Payment will be made by the City after the goods or services have been received, inspecied, and
found to comply with contract, specifications, free of damage ordefect, and are properly invoiced. lnvoices must be
consistent with Purchase Order format.
21. PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and
its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses
for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in
the performance of the contract, including its use by the City of Miami Beach, Florida. lf the proposer uses any
design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without
exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or
materials in any way involved in the work.
22. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner
and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of
knowledge or ignorance by the proposer with/of applicable laws will in no way be a cause for relief from
responsibility. Proposer agrees that the services provided shall be provided by employees that are educated,
trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer
agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration
currenlly required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will
keep all licenses, permits, regishations, authorizations, or certifications required by applicable laws or regulations in
full force and effect during the term of this contract. Failure of proposer to comply with this paragraph shall constitute
a material breach of this contract,
6RFP 2414-223-AD
260
E MIAMIBEACH
Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or
services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation
and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all
applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the
proposer, or its officers, employees, contractors, and/or agents, for failure to comply with applicable laws.
23. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and
Conditions shall have precedence.
24. ANTI-DISCRIMINATION. The proposer certifies that he/she is in compliance with the non-discrimination clause
contained in Section 202, Executive Order 11246, as amended by Executive Order 1'1375, relative to equal
employment opportunity for all persons without regard to race, color, religion, sex or national origin.
25. DEMONSTRATION OF COMPETENCY.
A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract.
B. Statement of Qualifications will only be considered from firms which are regularly engaged in the business of
providing the goods and/or services as described in this solicitation.
C. Proposals must be able to demonstrate a good record of performance for a reasonable period of time, and
have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the
services if awarded a contract under the terms and conditions of this solicitation.
D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and
well established company in line with the best business practices in the industry, and as determined by the City
of Miami Beach.
E. The City may consider any evidence available regarding the financial, technical, and other qualifications and
abilities of a proposer, including past performance (experience), in making an award that is in the best interest of
the City.
F, The City may require proposer s to show proof that they have been designated as authorized representatives
of a manufacturer or supplier, which is the actual source of supply. ln these instances, the City may also require
material information from the source of supply regarding the quality, packaging, and characteristics of the
products to be supply to the City.
26. ASSIGNMENT. The successful proposer shall not assign, transferJ convey, sublet or otherwise dispose of the
contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to
any person, company or corporation, without the prior written consent of the City.
27. LAWS, PERMITS AND REGULATIONS. The proposer shall obtain and pay for all licenses, permits, and
inspection fees required to complete the work and shall comply with all applicable laws.
28. OPTIONAL CONTRACT USAGE. When the successful proposer (s) is in agreement, other units of government
or non-proflt agencies may participate in purchases pursuant to the award of this contract at the option of the unit of
government or non-profit agency.
29. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. lt is the intent of the City to purchase the goods
and services specifically listed in this solicitation from the contractor. However, the City reserves the right to
purchase any goods or services awarded from state or other govemmental contract, or on an as-needed basis
through the City's spot market purchase provisions.
7RFP 20I 4223 AD
261
(9 MTAMTBEACH
30. DISPUTES, ln the event of a conflict between the documents, the order of priority of the documents shall be as
follows:
A. Any contract or agreement resulting from lhe award of this solicitation; then
B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then
C. The solicitation; then
D. The proposer's proposal in response to the solicitation.
31. INDEMNIFICATION. The contractor shall indemnify and hold harmless the City and its officers, employees,
agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of
defense, which the City or its officers, employees, agenls or instrumentalities may incur as a result of claims,
demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the
performance of the agreement by the contractor or its employees, agents, servants, partners, principals or
subcontractors, The contractor shall pay all claims and losses in connection therewith, and shall investigate and
defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate
proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The contractor
expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided
by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or
its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall
survive the expiration or termination of this Agreement.
32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the
stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been
awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by
the City and the contractor.
33. FLORIDA PUBLIC RECORDS LAW, Proposals are hereby notified that all Bid including, without limitation, any
and all information and documentation submitted therewith, are exempt from public records requirements under
Section 119.07(1), Florida Statutes, and s. 24(a), Arl.1 of the State Constitution until such time as the City provides
notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier.
Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to,
agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public
agency in order to perform the services; (b) provide the public with access to public records on the same terms and
conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in
this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and
exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all
requirements for retaining public records and transfer, at no cost, to the public agency all public records in
possession of the contractor upon termination of the contract and destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure requirements, All records stored eleckonically
must be provided to the public agency in a format that is compatible with the information technology systems of the
public agency,
Rt? 2414223 AD
262
g MTAMTBEACH
34. MODIFICATION/WITHDRAWALS OF QUALIFICATIONS. A Proposer may submit a modified Statement of
Qualifications to replace all or any portion of a previously submitted Statement of Qualifications up until the
Statement of Qualifications due date and time. Modifications received after the Statement of Qualifications due date
and time will not be considered. Statemenl of Qualifications shall be irrevocable until contract award unless
withdrawn in writing prior to the Statement of Qualifications due date, or after expiration of 120 calendar days from
the opening of Statement of Qualifications without a contract award. Lefters of withdrawal received after the
Statement of Qualiflcations due date and before said expiration date, and letters of withdrawal received after contract
award will not be considered.
35. EXCEPTIONS TO RFQ. Proposals must clearly indicate any exceptions they wish to take to any of the terms in
this RFQ, and outline what, if any, alternative is being offered, All exceptions and alternatives shall be included and
clearly delineated, in writing, in the Statement of Qualifications. The City, at its sole and absolute discretion, may
accept or reject any or all exceptions and alternatives. ln cases in which exceptions and alternatives are rejected,
the City shall require the Proposer to comply with the particular term and/or condition of the RFQ to which Proposer
took exception to (as said term and/or condition was originally set forth on the RFQ).
36. ACCEPTANCE 0F GIFTS. FAVORS. SERVICES. Proposals shall not offer any gratuities, favors, or anything of
monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this
Statement of Qualifications. Pursuant to Sec. 2449 of the City Code, no officer or employee of the City shall accept
any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties,
Balance of Pase lntentionallv Left Blank
RFP 2At4-223-AD 9
263
b
-
MIAMIBEACH
SECTION ()3(}() SUBMITTAL INSTRUCTIONS AND FORMAT
1. SEALED RESPONSES. One original Statement of Qualifications (preferably in 3-ring binder) must be submitted
in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals.
Additionally, ten ('10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The
following information should be clearly marked on the face of the envelope or container in which the proposal is
submitted: solicitation number, solicitation title, proposer name, proposer return address. Statement of Qualifications
received electronically, either through email or facsimile, are not acceptable and will be rejected.
2. LATE BIDS. Statement of Qualifications are to be received on or before the due date established herein for the
receipt of Bids. Any Bid received after the deadline established for receipt of Statement of Qualifications will
be considered late and not be accepted or will be returned to proposer unopened. The City does nol accept
responsibility for any delays, natural or othenruise.
3. STATEMENTS 0F QUALIFICATIONS FORMAT, ln order to maintain comparability, facilitate the review process
and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that
Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below.
Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references.
Electronic copies should also be tabbed and contain a table of contents with page references. Statement of
Qualifications that do not include the required information will be deemed non-responsive and will not be considered,
Cover Letter & Minimum Qualifications
1.1 Cover Letter and Table of Contents, The cover letter must indicate Proposer and Proposer Primary Contact for the
purposes of this solicitation.
1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully
completed and executed.
1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum
uirements established in Aooendix C. Minimum Reouirements and
& Qualifications
2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience
and proven track record of providing the scope of services similar as identified in this solicitation, including experience in
providing similar scope of services to public sector agencies. For each prqect that the proposer submits as evidence of
similar experience, the following is required: prolect description, agency name, agency contact, contact telephone &
email, and yea(s) and term ofengagement.
2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for
this project if awarded, the role that each team member will play in providing the services detailed herein and each team
members' qualifications. A resume of each individual, including education, experience, and any other pertinent
information, shall be included for each respondent team member to be assigned to this contract.
?FP 2014-223-AD t0
264
of Services
Submit detailed information outlining the scope of services that the proposer is proposing. For any scope
requirement identified in Appendix C, Minimum Requirements and Specifications, proposer is to cleady articulate
how the proposed solution satisfies the scope requirement. Proposers may offer complementary or related services
or solutions beyond the stated scope requirements.
Responses shall be in sufficient detail and include supporting documentation, as applicable, which will allow the
Evaluation Committee to comolete a fullv review and score the
a
-
MIAMIBEACH
Note: After proposal submittal, the City reserves the right to require additional information from Proposer (or
proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation
history, regulatory action, or additional references); and financial capability (including, but not limited to, annual
reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years).
and
For each scope of service outlined in Tab 3, Scope of Services, submit detailed information on the approach and
methodology how proposer plans to accomplish the proposed scope of services, including detailed information, as
applicable, which addresses, but need not be limited to: implementation plan, project timeline, phasing options,
ino and risk mitioation ootions for assurino oroiect is on time and within
RFP 2014-223 AD il
265
6
-
MIAMIBEACH
SECTION O4OO STATEMENTS OF QUALIFICATIONS EVALUATION
l. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each
Statement of Qualifications in accordance with the requirements set forth in the solicitation. lf further information is
desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral
presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step
process as noted below. lt is important to note that the Evaluation Committee will score the qualitative portions of the
Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City
Manager. The results of Step 1 & Step 2 Evaluations will be forwarded to the City Manager who will utilize the results
to make a recommendation to the City Commission.
2, Step 1 Evaluation, The first step will consist of the qualitative criteria listed below to be considered by the
Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the
Evaluation Committee results by the Department of Procurement Management. An Evaluation Committee, appointed
by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications
criteria established below for Step 1, Qualitative Criteria. ln doing so, the Evaluation Committee may:o review and score all Statement of Qualifications received, with or without conducting interview
sessions, or. review all Statement of Qualifications received and short-list one or more Proposer to be further
considered during subsequent interview session(s) (using the same criteria),
Proposer Experience and Qualifications, including Financial Capability
Scope of Services Proposed
Approach and Methodology
3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive
additional quantitative criteria points to be added by the Department of Procurement Management to those points
eamed in Step '1, as follows.
Miami Beach-Based Vendor Preference
Veterans Preference
30
35
RFP 201 4-223 AD 12
266
ID
-
MIAMIBEACH
5, Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points
will be added to each evaluation commiftee membe/s scores by the Department of Procurement Management. Step
1 and 2 scores will be converted to rankings in accordance with the example below:
Commitbe
M€mb6r 1
Step 'l
Points 82 76 80
Step 2
Points 22 12
Total 104 91 92
R.nk 1 3 2
Committse
iibmber 2
Step 'l
Points 79 85 72
Step 2
Points 22 15 12
Total 101 100 84
Rank 2 3
Commitbe
i/hmbef 2
Step 1
Points 80 74 66
Step 2
Points 22 15 12
Total 102 89 78
R.nk 1 2 3
. Final Ranking is presented to the City Manager for further due diligence and
recommendation to the City Commission. Final Ranking does not constitute
an award recommendation until such time as the City Manager has made his
recommendalion to the City Commission, which may be different than final
ranking results.
RFP 2014-223-AD 'te
t.)
267
APPENDIX A
g MIAMIBEACH
Response Certificotion,
Questionnoire &
Req uirements Affid ovit
RFQ 201 4-223-AD
COMPREH ENSIVE EDUCATIONAL
PROGRAM REVIE\^/ OF NAUTILUS
MIDDLE SCHOOL
PROCUREMENT MANAGEMENT DEPARTMENT
1700 Convention Cenler Drive
Miomi Beoch, Florido 331 39
RFP 2014-223-AD 14
268
Solicilation No:
2014-223-AD
Solicitation Title:
COMPREHENSIVE PROGMM REVIEW - NAUTILUS MIDDLE SCHOOL
Procurement Conlact:
Alex Denis
Tel:
305-673-7000 X7490
Enuil:
adenis(@miamibeachfl .qov
STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT
Purpose: The purpose of this Response Certiflcation, Questionnaire and Requirements Affidavit Form is to inform
prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from
Proposals in order that certain portions of responsiveness, responsibility and other determining factors and
compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire
and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and
executed.
1. General Proposer lnformation.General Proposer lnformation.
FIRIVI NAME:
No of Years in BusinBss:No olYeals in Business Locally:
OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE IAST 1O YEARS:
FIRI\4 PRIMARY ADDRESS (HEADOUARTERS):
CITY:
STATE:ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO,:
FAX NO,:
FIRM LOCAT ADDRESS:
ctry:
STATE:ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EIvlAlL:
FEDERAL TAX IDENTIFICATION NO.:
The City reserves the right to seek additional information from proposer or other source(s), including but not limited to: any firm or principal
information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems
necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements.
RFP 20r4-?23-AD 'ta
IJ
269
Miami Beach Based (Local) Vendor. ls proposer claiming Miami Beach based firm status?
l-__l ves [-_l rub
SUBMITTAL REQUIREMENT: Proposals claiming Miami Beach vendor status shall submit a Business Tax Receipt issued by the
Ci$ of Miami Beach and lhe proof of residency requirement, as required pursuanl to ordinance 2011-37 47 , to demonstrate that the
Proposer is a Miami Beach Based Vendor.
Veteran Owned Business. ls 0roposer claiminq a veteran owned business status?l-*l ves -f_-l
r.ro
SUBMITTAL REQUIREMENT: Proposals daiming veteran owned business status shall submit a documentation proving that flrm
is certified as a veteran-owned business or a service-disabled veteran owned business by he State of Florida or United States
federal government, as required pursuant to ordinance 2011-3748.
Conflict Of lnterest. All Proposals must disclose, in their Stalement of Qualifications, the name(s) of any officer, director, agent, or
immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all
Proposals must disclose the name of any City employee who owns, either direclly or indirectly, an interest of ten (10%) percent or
more in the Proposer entity or any of its afiiliates.
SUBMITTAL REQUIREMENT: Proposals must disclose the name(s) of any officer, director, agent, or immediate family member
(spouse, parent, sibling, and child) who is also an employee of tre City of Miami Beach. Proposals must also disclose lhe name of
any City employee who owns, eilher directly or indireclly, an interest often (10%) percent or more in the Proposer entityoranyof
its afflliates
References & Past Performance. Proposer shall submit at least three (3) references for whom the proposer has completed work
similar in size and nature as the work referenced in solicitation.
SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact
Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided,
Suspension, Debarment or Contrac{ Cancellation, Has proposer ever been debarred, suspended or ofier legal violation, or had
a contract cancelled due to non-performance by any public seclor agency?f--l vrs 'l--l
r.ro
SUBMITTAL REQUIREMENT: lf answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to
action(s).
Vendor Campaign Contributions. Proposals are expected to be or become familiar wilh, the Cily's Campaign Finance Reform
laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposals shall be solely responsible for ensuring that all
applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,
as prescribed therein, including disqualilication of their Statement of Qualillcations, in the event of such non-compliance.
SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) wilh a controlling
financial interesl as deflned in solicitation, For each individual or entity with a controlling financial interesl indicate whether or not
each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the
office of Mayor or City Commissioner for the City of Miami Beach.
Code ol Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity thal seeks to do business with lhe
City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its proposal/response
or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable
governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of
Miami Beach and Miami Dade County,
SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. ln lieu of submitting Code of Business
Ethics, proposer may submit a statement indicating that it will adopl, as required in the ordinance, the City of Miami Beach Code of
Ethics, available at www.miamibeachfl .gov/procuremenU.
4.
6.
7.
RF? 2014-223-AD t6
270
8.Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from lime to time, Proposer
shall be required to pay all employees who provide services pursuanl to this Agreement, the hourly living wage rates listed below:o Commencing with City fiscal year 2012-13 (October 1, 2012), the hourly living rate will be $1 '1.28/hr with health
benefits, and $12.92/hr without benefils.
The living wage rate and health care benefits rate may, by Resolution of fie City Commission be indexed annually for inflation
using the Consumer Price lndex for all Urban Consumers (CPl-U) l\tliami/Ft, Lauderdale, issued by the U.S. Department of Labols
Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%), The City may also, by
resolution, elect nol to index the living wage rate in any parlicular year, if it determines it would not be f,scally sound to implement
same (in a particular yea0.
Proposals' failure lo comply with this provision shall be deemed a material breach under this proposal, under which the City may,
at its sole option, immediately deem said proposer as non-responsive, and may further subject proposer lo additional penalties and
lines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is
available at www.miamibeachfl .gov/procuremenU.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees
to the living wage requirement.
Equal Benefits for Employe$ with Spouses and Employees with Domestic Partners. When awarding competitively solicited
contracts valued al over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more
calendar work weeks, the Equal Benefils for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business
with the City of l\tliami Beach, who are awarded a contract pursuant to competitive proposals, to provide 'Equal Benelits" lo their
employees with domestic partners, as they provide to employees with spouses. The Ordinance applies lo all employees of a
Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United
States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami
Beach.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees?l---l ves [---l ruo
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to
domestic partners of employees?
f-_-] yf S f__l ruo
c. Please check all benefits that apply to your answers above and list in the "othe/ section any additional
benefits not already specified. Note: some benefits are provided to employees because they have a spouse or
domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic
partner, such as medical insurance.
BENEFIT Firm Provides for
Employees with
SDouses
Firm Provides for
Employees with
Domeslic Partners
Firm does not
Provide Benellt
Health
Sick Leave
Family llledical Leave
Bereavement Leave
lf Proposer cannot offer a benefit to domestic partners because of reasons outsrde your control, (e.9., there are no insurance
providers in your area willing to offer domestic pariner coverage) you may be eligible for Reasonable Measures compliance. To
comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application
(attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the Cig
Manager, or his designee. Approval is not guaranleed and the City Manager's decision is final. Further information on the Equal
Benefits requirement is available at www,miamibeachfl .gov/procuremenU.
RFP 20]4223 AD 17
271
10.Public Entity Crimes. Section 28i 133(2)(a), Florida Statutes, as currenlly enacted or as amended from time to time, states thal a
person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit
a proposal, proposal, or reply on a conhacl to provide any goods or services to a public entity; may not submit a proposal,
proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit
proposals, Statement of Qualificalions, or replies on leases of real property to a public entity; may not be awarded or perform work
as a contractor, supplier, Subcontractor, or consultant under a contract wilh any public entity; and may not transact business wilh
any public enlity in excess of the threshold amount provided in s. 287,017 for CATEGoRY TWO for a period of 36 months
following the date of being placed on the convicted vendor list.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, proposer agrees
with lhe requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list.
Acknowledgement of Addendum. After issuance of solicitation, lhe City may release one or more addendum lo lhe solicitation
which may provide additional information to Proposer or alter solicitation requirements. The City will strive to reach every Proposer
having received solicitation through he City's e-procuremenl system, PublicPurchase.com. However, Proposals are solely
responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of
Addendum section certifies thal lhe Proposer has received all addendum released by the City pursuant to lhis solicitation. Failure
to obtain and acknowledge receipt of all addendum may result in proposal disqualification.
lnitralto Confirm
Receiot
lnitlal to Confirm
ReceiDt
lnitial to Confirm
Receiot
Addendum 1 Addendum 6 Addendum 1'1
Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum 8 Addendum 13
Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
lf additional confirmation of addendum is required, submit under separate cover.
11.
RFP 2014-223-AD IB
272
The solicitation referenced herein is being fumished to the recipient by he City of Miami Beach (the "City") for the recipient's mnvenience,
Any action taken by the City in response to Stalement of Qualifications made pursuant to this solicitation, or in making any award, or in failing
or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this
solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City.
ln its sole discretion, the City may withdraw the solicitation either before or after receiving Statement of Qualificalions, may accept or reject
Slatement of Qualifications, and may accept Statement of Qualifications which deviate from the solicitation, as it deems appropriate and in its
best interesl, ln its sole discretion, he City may determine the qualifications and acceptability of any party or parties submitting Stalement of
Qualifications in response to this solicitation.
Following submission of Statement of Qualificalions, the applicant agrees to deliver such further details, informalion and assurances,
including financial and disclosure data, relating lo the Statement of Qualilications and the applicant including, without limitation, the
applicant's afiiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion.
The information contained herein is provided solely for the convenience of prospective Proposals. lt is the responsibility of the recipient lo
assure itself ihat informalion contained herein is accurate and complete. The City does not provide any assurances as lo the accuracy ofany
information in this solicitation,
Any reliance on lhese contents, or on any permitted communicalions with City officials, shall be at the recipienfs own risk. Proposals should
rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City withoul any warranty
or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City
or its agents that any Statement of Qualilications conforming to these requirements will be selected for consideration, negotiation, or
approval,
The City shall have no obligation or liability with respect lo this solicitation, the selection and the award process, or whelher any award will be
made. Any recipient of this solicitation who responds hereto fully acknowledges all lhe provisions of this Disclosure and Disclaimer, is totally
relying on this Disclosure and Disclaimer, and agrees to be bound by lhe terms hereof. Any Statement of Qualifications submitted to the City
pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications.
This solicitation is made subiect to correction of enors, omissions, or withdrawal from the market withoul notice. lnformation is for guidance
only, and does not constitute all or any part of an agreement.
The City and all Proposals will be bound only as, if and when a Stalemenl of Qualificalions, as same may be modified, and the applicable
definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive
agreements execuied among the parties. Any response to lhis solicitation may be accepted or rejected by the City for any reason, or for no
reason, wimoul any resultant liability to the City.
The City is governed by the Govemmentin-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be
subiect to disclosure as required by such law. All Statement of Qualillcations shall be submitted in sealed proposal form and shall remain
confidential to the extent permitled by Florida Stalutes, unlil the date and time selected for opening the responses. At that time, all
documents received by the City shall become public records.
Proposals are expected to make all disclosures and declaralions as requesled in his solicitation. By submission of a Statement of
Qualifications, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to
substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all
information soughl in such inquiry or investigation. Each Proposer certifies hat the informalion contained in the Statement of Qualifications
is true, accurate and complete, to the best of its knowledge, information, and belief.
Notwithstanding the foregoing or anything contained in lhe solicitation, all Proposals agree that in lhe event of a final unappealable judgment
by a courl of competent jurisdiclion which imposes on the City any liability arising out of this solicitation, or any response thereto, or any
action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages, The
previous sentence, however, shall not be construed to circumvent any of fte other provisions of this Disclosure and Disclaimer which
imposes no liability on the City.
ln the evenl of any differences in language between this Disclosure and Disclaimer and tre balance of the solicitation, it is understood that
the provisions of tris Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be
governed by and construed in accordance with the laws oflhe Slate of Florida.
RFP 2014223-AD t9
273
I hereby certify that l, as an authorized agent of the Proposer, am submitting the following information as my firm's
proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document,
inclusive ofthis solicihtion, all aftachments, exhibits and appendices and the contents ofany Addenda released hereto,
and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and
conditions contained in the solicitation, and any released Addenda and understand that the following are requirements
of this solicitation and failure to comply will result in disqualilication of proposal submitted; Proposer has not divulged,
discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any
other proposal, proposer acknowledges that all information contained herein is pa( of the public domain as defined by
the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal,
inclusive of the Statement of Qualifications Certification, Questionnaire and Requiremenb Aflidavit are true and
accurate.
Name ol Proposer's Authorized Represenhtive:Tite of Proposer's Authorized Represenhtive:
Signature ol Proposer's Autrorized Representative:Dale:
State of FLORIDA )
)
On this
-day
of
-,
20-, personally
appeared before me who
of
Countyof _) stated that (s)he is the
a corporation, and that lhe instrument was signed in behalf of
the said corporation by authority of its board of directors and acknowledged said
instrument to be its voluntary act and deed. Before me:
Notary Public for lhe State of Florida
My Commission Expires:
RFP 2014-223-AD 2A
274
APPENDIX B
g MIAMIBEACH
"No Bid" Form
RFQ 2014-223-AD
COMPREHENSIVE EDUCATIONAL
PROGRAM REVIEW OF NAUTILUS
MIDDLE SCHOOL
PROCU R EMENT MANAGEMENT DEPARTMENT
1700 Convention Cenler Drive
Miomi Beoch, Florido 331 39
RFP 2014-223-AD
275
Statement of No Bid
WE HAVE ELEGTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT
THIS TIME FOR REASON(S) CHECKED AND/OR tNDICATED BELOW:
_ Workload does not allow us to proposal
_lnsufficient time to respond
_ Specifications unclear or too restrictive
_ Unable to meet specifications
_Unable to meet service requirements
_Unable to meet insurance requirements
_Do not offer this producUservice
_OTHER. (Please specify)
We do _ do not _ want to be retained on your mailing list for future proposals
of this type product and/or service.
Signature:
Title:
Legal Company Name;
Note: Failure to respond, either by submitting a proposal 91 this completed form,
may result in your company being removed from our vendors list.
PLEASE RETURN TO:
CITY OF MIAMI BEACH
DEPT. OF PROCUREMENT MANAGEMENT
STATEMENTS OF QUALIFICATIONS #2O14.O8O.SW
1700 Convention Center Drive
MIAMI BEACH, FL 33139
RFP 2014-223-AD
276
APPENDIX C
E MIAMI BEACH
Minimum Requirements
& Specificotions
RFQ 2014-223-AD
COMPREHENSIVE EDUCATIONAL
PROGRAM REVIE\V OF NAUTILUS
MIDDLE SCHOOL
PROCU REMENT MANAGEMENT DEPARTMENT
'1700 Convention Center Drive
Miomi Beoch, Florido 33139
RFP 2014223-AD
277
C1. Minimum Requirements. The Minimum Eligibility Requirements for this solicitation are listed
below. Proposer shall submit detailed verifiable information affirmatively documenting compliance
with each minimum requiremenl. Proposals that fail to comply with minimum requirements will be
deemed non-responsive and will not be considered.
. Proposer shall have completed no less than three (3) comprehensive program reviews for
a public middle school of similar size and scope within the last seven (7) years'
Joint Venture proposals are not allowed. The City will contract with a Prime Proposer only.
However, Prime Proposers may include sub-consultants to the Prime Proposers in their proposal.
C2. Statement of Work Required. Conduct a comprehensive program review for Nautilus Middle
of Miami-Dade County Public Schools, including but not limited to an academic program evaluation
both quantitative and qualitative data, a best practice literature review, benchmarking comparison,
and market evaluation, to address the following concems:. ldentify existing issues and areas for improvemenUchange within the school based
on a gap analysis of primary data garnered from customer satisfaction surveys,
previously collected focus group data, and the district's AdvanceED accreditation
rePort;o Benchmarking organizational structure and programming models for Nautilus
Middle School against other middle schools locally, at the state level, and
nationally; and,. Assessing opportunities for the school's future in regards to improving academic
achievement and community perception, including the exploration of the need, if
any for an alternative middle school option.
The objective is to conduct the program review, assess progress on goals of proposed suggestions
for improvement, and provide recommendations for ongoing improvement by January 2015.
ln addition, the scope would include coordination and integration of improvements with Miami-Dade
County Public School Nautilus Middle and any recommendations for Nautilus Middle School
program, as well as an evaluation of any leveraging City resources to improve perception in the
community.
Program Recommendations for lmprovement (Deliverables), The Program Review
recommendations shall address in detail, at a minimum, the following elements.
. Visionr Partnershipopportunities. Academic Program lmprovements to address the findings of the program review
. Monthly benchmarks/goals for proposed initiatives
o SWOT analysis. Digest of AdvanceED school accreditation audit
. Scalable best practices for school business management models
. Recommendation for the need, if any, for an alternative middle school option in Miami
Beach.
24
278
APPENDIX D
C MIAMIBEACH
lnsuro nce Requirements
RFQ 2014-223-AD
COMPREHENSIVE EDUCATIONAL
PROGRAM REVIEW OF NAUTILUS
MIDDLE SCHOOL
PROCUREMENT MANAGEMENT DEPARTMENT
1700 Convention Center Drive
Miomi Beoch. Florido 33139
RFP 20)4223-AD r-\ E
279
g MIAMIBEACH
INSURANCE REQUIREMENTS
This document sets forth the minimum levels of insurance that the contractor is required to
maintain throughout the term of the contract and any renewal periods.
_ 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida,
__J. Comprehensive General Liability (occurrence form), limits of liability $ 1.000,000.00 per occurrence for
bodily injury property damage to include Premises/ Operations; Products, Completed Operations and
Contractual Liability. Contractual Liability and Contractual lndemnity (Hold harmless endorsement
exactly as written in "insurance requiremenls" of specifications).
3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included.
-4.
Excess Liability - $-.00 per occurrence to follow the primary coverages.
_ 5. The City must be named as and additional insured on the liability policies; and it must be staled on the
certificate.
_ 6. Other lnsurance as indicated:
_ Builders Risk completed value $_.00
_ Liquor Liability $_.00_ Fire Legal Liability $_.00
_ Protection and lndemnity $_.00_ Employee Dishonesty Bond $_.00
-
Other $-.00
XXX 7. Thirty (30) days written cancellation notice required.
XXX 8. Best's guide rating B+:Vl or better, latest edition.
XXX L The certificate must state the proposal number and title
The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject
to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable
Statutes.
RFP 2014-223-A)
280
THIS PAGE INTENTIONALLY LEFT BLANK
281