R2A-Issue RFQ Comprehensive Program Review Of Nautilus Middle SchoolCOMMISSION ITEM SUMMARY
Condensed Title:
REQUEST FOR APPROVAL TO ISSUE REOUEST FOR QUALTFTCATIONS (RFQ) 2014-223-AD FOR A
COMPREHENSIVE PROGRAM REVIEW OF NAUTILUS MIDDLE SCHOOL
Key lntended Outcome Supported:
lnduce Public School Accou at Middle School
Supporting Data (Surveys, Environmental Scan, etc.): Community survey results 2012 18% of residents with
at middle school level very satisfied, compared lo 76oh very satisfied at the elementary. M-DCPS climate
dala 2012-13 56% satisfied choice of education program offered at Nautilus Middle School, a 27 .2 yo decline
the 2010-11 school year, and 59o/o rating the overall atmosphere atthe school as positive, a 23.3% decline from
2010-11school
Item Summary/Recommendation :
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 jnto
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 satisfied, compared to 76 percent very satisfied at the elementary school level. Additionally, M-
DCPS school climate survey d atafor 2O12-13 school year reflects 56 percent satisfled with the choice ofeducation
program offered at Nautilus Middle School, a 27 .2 percent decline from the 201 0-1 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 Mrddle 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 reviewwithin
one (1) month of selection, with recommendations for ongoing improvement tracked until January 201 5.
To seek proposals for the aforementioned services, the Administration is proposing to issue the attached RFO.
Proposers are encouraged to submit proposals that will: 1 ) identifiT existing issues and areas for improvemenVchange
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.
This item was originally presented forthe City Commission's consideration atthe May21,2014 Commission meeting.
However, at that meetrng a request was made to defer the RFQ regarding the Nautilus Middle School
Comprehensive Program Review to June 1 1 , pending the presentation of an action plan from Miami-Dade County
Public Schools. M-DCPS indicated the action plan would be provided in advance of the June 11 Commission
Meeting. Pursuantto discussion at the May 21,2014 Commission meeting and the Committee forQuality Education
motion from the May28,2O14 meeting indicating "The Committee for Quality Education recommends the Mayorand
Commission remove the following language in the Request for Qualification (RFQ) for the Nautilus Middle School
Comprehensive Program Review: "Establishing a charter middle school by contracting with a consultant" and any
comprehensive program review and monies spent to review Nautilus Middle School should be a collaboration
between Miami-Dade County Public Schools and the City of Miami Beach, the administration has removed any
language referencing a charter middle school, subject to direction from the Commission.
CONCLUSION
The Administration recommends that the Mayorand Commission authorize the issuance of the RFQ 2014-223-AD lor
ram Review Nautilus Middle School.
Financial lnformation:
Source of.rrunas,jK Amount Account
$30,000 199-9967-000367
Total
Financial lmpact Summary:
AGENOA ITEiI
DATEMIAMIBEACH RZA
300
MIAMIBEACH
Ciry oI l/tiomi Beoch, 1700 Convention Center Drive, Miqmi Beoch, Florido 33139, www.miomibeochfl.gov
COMMISSION MEMORANDUM
TO: Mayor Philip Levine and Members
FROM: Jimmy L. Morales, City Manager
DATE: June 11,2014
the City mtsston
SUB.]ECT: REQUEST FOR APPROVAL T ISSUE REOUEST FOR
QUALT FtCAT|ONS (RFO) 201 4-223-AD FOR COMpREH ENS tVE
PROGRAM REVIEW OF NAUTILUS MIDDLE SCHOOL
BACKGROUND/ANALYSIS
Atthe January 31,2014 Commission Retreat, the City's Key lntended Outcomes in the Strategic
Plan were been updated to reflect the priority outcomes of lhe 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 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 inlo an Education Compact (the "Compact")
with Miami-Dade County Public Schools (M-DCPS). Sincethe 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
lnternalional Baccalaureate Program deployment. Community survey results in 2012 reflect 18
percent of residents with children at middle school level very satisfied, compared to 76 percent
very satisfied at the elementary school level. Additionally, M-DCPS school climate survey data
lor 2012-13 school year reflects 56 percent satisfied wilh the choice of education program offered
at Nautilus Middle School , a27.2 percent decline from the 2010-11school year, and 59 percent
rating the overall atmosphere at the school as positive, a 23.3 percent decline from the 2010-11
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 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 recommendationsforongoing improvementtracked until January2015.
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 agalnst other middle schools locally, at the state level, and
nationally; and,r Assess opportunities for the school's future in regards to improving academic
achievement and community perception.
301
Request lo /ssue RFP 2014-223-AD
Page 2
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 partnershlp 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.
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
Gity Commission for approval.
MAJOR RFQ REQUIREMENTS
1. MINIMUM QUALIFICATIONS
Please Reference Appendix C, Minimum Requirements and Specifications,
RFQ 2014-223-AD, for Comprehensive Program Review Nautilus Middle
School.
2. SUBMITTAL REQUIREMENTS
Please Reference Section 0300, Proposal Submittal lnstructions and Format,
RFQ 2014-223-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.
This item was originally presented for the City Commission's consideration at the May 21,
2014 Commission meeting. However, at that meeting a requestwas made to deferthe RFQ
regarding the Nautilus Middle School Comprehensive Program Reviewto June '1 '1 , pending
the presentation of an action plan from Miami-Dade County Public Schools (M-DCPS). M-
DCPS indicated the action plan would be provided in advance of the June 11 Commission
Meeting. Pursuant to discussion at the May 21 ,2014 Commission meeting and the
Committee for Quality Education motion from the May 28,2014 meeting indicating "The
Committee for Quality Education recommends the Mayor and Commission remove the
following language in the Request for Qualification (RFQ) for the Nautilus Middle School
Comprehensive Program Review: "Establishing a charter middle school by contracting with
a consultant" and any comprehensive program review and monles spent to review Nautilus
Middle School should be a collaboration between Miami-Dade County Public Schools and
the City of Miami Beach, the administration has removed any language referencing a charter
middle school, subject to direction from the Commission.
CONCLUSION
The Administration recommends that the Mayor and Commission authorize the issuance of
the RFQ 2014-223-AO for a Comprehensive Program Review Nautilus Middle School.
ATTACHMENTS
RFQ 2014-223-AD, for a Comprehensive Program Review Nautilus Middle School.
f'XHgPJffi?-suan*RFe20l4-223-LRNautirusprosramReviewrvlEMo.doc
302
REQUEST FOR GUAL|F|CAT|ONS (RFe)
RFQ 2014-223-AD
COMPREHENSIVE EDUCATIONAL PROGRAM REVIE\V OF
NAUTILUS MIDDLE SCHOOL
RFQ ISSUANGE DATE: JUNE 13,2014
STATEMENTS OF QUALIFICATIONS DUE: JUNE 27,2014 @ 3:00 PM
ISSUED BY:
# MIAAAIBEACH
Alex Denis, Director
DEPARTMENT OF PROCUREMENT MANAGEMENT.l700 Convention Center Drive, Miomi Beoch, FL 33139
3O5.673.7O0O x749O I www.miomibeochfl.gov
303
E MIAMIBEACH
TABLE OF CONTENTS
SOLICITATION SECTIONS: PAGE
0100 NoT uTlLtzED .................. ....................... 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 ...........................2:1
APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS ...,,,....,....23
APPENDIX D INSURANCE REQUIREMENTS ............. ..........25
RFP 2014-223-AD
304
g MIAMIBEACH
SECTION O2O()INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS
1. GENERAL. This Request for Qualifications (RFa) 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 1o 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 PublicPurchase (www.publicpurchase.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 to assure it receives any addendum issued to this RFQ. Failure to receive an addendum
may result in disqualification of proposal submifted.
2. PURPOSE.
The purpose of this RFQ is to seek proposals to conduct 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.
4. PROCUREMENT CONTACT. Any questions or clarifications concerning 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.qov ; or facsimile: 786-394-4188. 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
ATION TIMETABLE. The tentative schedule for this solicitation is as follows:
Solicitation lssued June 13, 2014
Pre-Proposal Meeting July 9, 2014
Deadline for Receipt of Questions July 11,2014
Responses Due luly 23,2014
Evaluation Committee Review August 4, 2014 (tentative)
Tentative Commission Approval Authorizing Negotiations September 10,2014
Contract Negotiations Following Commission Approval
RFP 20r 4223-AD
305
b MIAMIBEACH
5. PRE-STATEMENTS OF 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 Center Drive
Miami Beach, Florida 33139
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) Dialthe TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free North America)
(2) Enter the MEETING NUMBER: 1142644
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 2-486 of the City Code, all procurement solicitations once advertised
and until an award recommendation has been forurarded 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 strictly 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
ordinanceshesolutions, which may be found on the City 0f Miami Beach website:
http://web.miamibeachfl,qov/procu remenUscroll, aspx?id=2351 0
. CONE0FS|LENCE......,...,,.. .. CITYCODESECTION2-486
o PROTESTPROCEDURES...... CITYCODESECTION2-371
. DE3ARMENTPROCEEDINGS,.,.,,... CITYCODESECTIONS2-397THROUGH2485,3
. LOBBYISTREGISTMTIONANDDISCLOSUREOFFEES..,...,..,,,,,,,,. CITYCODESECTIONS24SlTHROUGH2406. CAI\,IPAIGN CONTRIBUTIONS BY VENDORS..,..,. CITY CODE SECTION 2487
. CAI\,IPAlGN CONTRIBUTIONS BY LOBBYISTS 0N PROCUREMENT
rssuEs. ,...,,,......, ctTycoDESEcTtoN 2488r REQUIREMENT FOR CITY CONTMCTORS T0 PROVIDE EOUAL
BENEFITS FOR DOIUESTIC PARTNERS,. CITY CODE SECTION 2.373
. LlVlNGWAGEREQUlREMENT,..,................. CITYCODESECTIONS240TTHROUGH24'10. LOCALPREFERENCEFORMIAMI BEACH-BASEDVENDORS,,,,,,,. CITYCODESECT|ON2-372
o PREFERENCE FOR FLORIDA SI\,IALL BUSINESSES OWNED AND
CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERViCE.
DISABLED VETEfu{N BUSINESS ENTERPRISES... ,,, ,,. ..,.. CITY CODE SECTION 2-374
RFP 20 I 4 2'.23 At)
306
g MIAMIBEACH
. FALSE CLAIMS ORDINANCL ,. CITY CODE SECTION 70-300. ACCEPTANCE0FGIFTS,FAVORS&SERV|CES,..,...,.... ClilCODESECT|0N2449
9. 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.
1 1. MIAMI BEACH-BASED VENDORS PREFERENCE, Pursuant to City of Miami Beach Ordinance No. 201 1-3747,
a five (5) point preference will be given to a responsive and responsible Miami Beach-based proposer.
12. VETERAN 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 0F 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 Manager's 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 Managels recommendation and select another Proposer
(s) which it deems to be in the best interest of the City, or it may also reiect all Stalement of Qualifications. Upon
approval of selection by the City Commission, negotiations between the City and the selected Proposer (s)willtake
place to arrive at a mutually acceptable Agreement, including cost of services.
14. ACCEPTANCE OR REJECTION 0F RESPONSES, The City reserves the right to reject any or all Statement of
Qualifications prior to award. Reasonable efforts will be made to either award the Contract 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 2014223 AD
307
tbt 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 consideration 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) of the 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, inspected, and
found to comply with contract, specifications, free of damage or defect, 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
currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will
keep all licenses, permits, registrations, 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.
RFP 201 42?3 AD
308
b MIAMIBEACH
Where contractor is required lo 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 11375, 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 flrms 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, transfer, convey, sublet or othenrvise dispose of the
contract, including any or all of its right, title or interest therein, or hisiher 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-profil 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 governmental contract, or on an as-needed basis
through the City's spot market purchase provisions.
7RFP 20I 4223 AD
309
b MIAMIBTACH
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 the 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, agents 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 othenvise 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 to120 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), Art. 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 othenrvise 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 electronically
must be provided to the public agency in a format that is compatible with the information technology systems of the
public agency.
RFP 2014-223-AD
310
E MIAMIBEACH
34, MODIFICATION/WITHDRAWALS OF QUALIFICATIONS. A Proposer may submit a modified Statement of
Qualifications to replace all or any poriion of a previously submitted Statement of Qualifications up until the
Statement of Qualifications due date and time. Modificatrons received after the Statement of Qualifications due date
and time will not be considered. Statement 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. Letters of withdrawal received after the
Statement of Qualifications 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. In 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. 2-449 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 Page lntentionallv Left Blank
RtP 20 I 42'.23 AD 9
311
@ MIAMIBEACH
SECTION O30O SUBMITTAL INSTRUCTIONS AND FORMAT
1. SEALED RESPONSES. One original Statement of Qualifications (preferably in 3+ing 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 relected.
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 Cily does not accept
responsibility for any delays, natural or otherwise.
3. STATEMENII IEIUAUflQATIONS 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 coptes 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 Requirements
1.1 Gover Letter and Table of Contents. The cover lefter 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
ualifications requirements established in Aooendix C, Minimum Reouirements and Soecificati
& 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 similaras identified in this solicitation, including experience in
providing similar scope of services to public sector agencies. For each project that the proposer submits as evidence of
similar experience, the following is required: project description, agency name, agency contaci, contact telephone &
email, and yea(s) and term of engagement.
2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for
this prolect 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.
RFP 2014-223-AD t0
312
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 clearly 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 orooosed scone of services,
g MIAMIBTACH
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).
il
h and Methodol
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,
on time and within
RFP 2014223-AD
313
&AAIAMIBEACH
SECTION O4OO STATEMENTS OF QUALIFICATIONS EVALUATION
1. 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 evaluatlon of Statement of Qualifications will proceed in a two-step
process as noted below. It 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:r 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
earned in Step 1, as follows.
Miami Beach-Based Vendor Preference
Veterans Preference
30
35
RFP 2014-223-A)t2
314
E AAIAMIBEACH
5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points
will be added to each evaluation committee 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:
Step 1
Points dz 76 80
Slep 2
Points 22 15 12
Total 104 91 92
:rrrrMember:1 r JI
Step I
Points 79 85 72
Step 2
Points 15 12
Total 10'l 100 84
,,,11: " Rank l zl 3
Step 1
Points 80 74 66
Step 2
Points 22 15 12
Total 102 89 7A
- 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
recommendation to the City Commission, which may be different than final
ranking results.
RFP 201 4223 AD t3
315
APPENDIX A
&
:MIAAAIMTACh.I
Respo nse Certificotion,
Questionnoire &
Req uirements Affidovit
RFQ 201 4-223-AD
COMPREH ENSIVE EDUCATIONAL
PROGRAM REVIE\V OF NAUTILUS
MIDDLE SCHOOL
PROCUREMENT MANAGEMENT DEPARTMENT
1700 Convention Center Drive
Miomi Beoch. Florido 33139
RFP 20I 4223 AD )4
316
Solicitatron No:
2014-223-AD
Solicitation Titlei
COMPREHENSIVE PROGRAM REVIEW - NAUTILUS MIDDLE SCHOOL
Procurement Contact:
Alex Denis
Tel:
305-673-7000 X7490
Ernail:
adenis@miamibeachfl .oov
STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT
Purpose: The purpose of this Response Certification, 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 Proooser lnformation.General Proposer lnformation.
FIR[,4 NA[/E:
No ofYears in Business:No ot Years in Business Locally:
OIHER NAME(S) PROPOSER HAS OPERAIED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE:ZiP CODE:
I'ELEPHONE NO.:
TOLL FREE NO,:
FAX NO :
FIRM LOCAL ADDRESS:
CITY:
STATE:ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO-:
ACCOUNI REP TOLL FREE NO,:
ACCOI]NT REP EIVIAIt.
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 informatlon, financial information, or any information the City deems
necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements.
RFP 2014-223 A)trIJ
317
4.
Miami Beach Based (Local) Vendor. ls proposer claiming Miami Beach based firm status?
l__l ves [--l r.ro
SUBMITTAL REQUIREMENT: Proposals claiming Miami Beach vendor status shall submit a Business Tax Receipt issued by the
City of Miami Beach and the proof of residency requirement, as required pursuant to ordinance 2011-3747, to demonstrate that the
Proposer is a Miami Beach Based Vendor.
Veteran Owned Business. ls proposer claiming a veteran owned business status?
f__l ves n No
SUBMITTAL REQUIREMENT: Proposals claiming veteran owned business status shall submit a documentalion proving that firm
is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States
federal government, as required pursuant to ordinance 201 1-3748,
Conflict Of lnterest. All Proposals must disclose, in their Statement 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 directly or indirectly, an interest of ten (10%) percent or
more in the Proposer entity or any of its affiliates.
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 lhe City of Miami Beach. Proposals must also disclose the name of
any City employee who owns, either directly or indirectly, an interest of ten ('10%) percent or more in the Proposer entity or any of
its affiliates
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 referenc€ submitted, the following information is required: 1) Firm Name, 2) Contact
lndividual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided.
Suspension, Debarment or Contract Cancellation. Has proposer ever been debarred, suspended or other legal violation, or had
a contract cancelled due to non-performance by any public sector agency?
f__l ves f ] ruo
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 with, the City's Campaign Finance Reform
laws, as codifled 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 mmplied with, and shall be subject to any and all sanctions,
as prescribed therein, including disqualiflcation of their Statement of Qualillcations, in the event of such non-compliance,
SUBMITTAL REQUIREMENT: Submit the names of all individuals or entitles (including your sub-consultants) with a controlling
llnancial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not
each individual or enlity 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 lVliami Beach.
Code of Business Ethics. Pursuant to City Resolution N0.2000-23879, each person or entity thal seeks to do business with the
City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its proposal/response
or within flve (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 Iirm's Code of Business Ethics, ln lieu of submitting Code of Business
Ethics, proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of
Ethics, available at www.miamibeachfl .gov/procuremenU.
RtP 201 4223-AD t6
318
Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposer
shall be required to pay all employees who provide services pursuant 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 benefits.
The living wage rate and health care beneflts rate may, by Resolution of lhe City Commission be indexed annually for inflation
using the Consumer Price lndex for all Urban Consumers (CP|-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's
Eureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by
resolution, elect not to index lhe living wage rate in any particular year, if it determines it would not be fiscally sound to implement
same (in a particular year).
Proposals' failure to comply with lhis 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+esponsive, and may further subiect proposer to additional penalties and
fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is
available at www,miamibeachfl .gov/procurement/.
SUBMITTAL REQUIREMENT: No additional submittal is required, By virtue of executing this affidavit document, Proposer agrees
to the living wage requirement.
Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited
contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more
calendar work weeks, lhe Equal Benelits for Domestic Partners Ordinance 2005-3494 requires cerlain contractors doing business
with the City of Miami Beach, who are awarded a contracl pursuant to competitive proposals, to provide "Equal Beneflts'to their
employees with domestic partners, as they provide lo employees with spouses. The Ordinance applies to all employees of a
Contractor who work within the City limits of the City of lt/iami Beach, Florida; and the Confactofs employees located in the United
States, but outside of the City of l\tliami 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 ves [--l r.ro
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic parlners* or to
domestic partners of employees?
l--_l ves f__l No
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
Spouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Beneflt
Health
Sick Leave
Family l\4edical Leave
Bereavement Leave
lf Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.9., lhere are no insurance
providers in your area willing to offer domestic partner 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 City
Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal
Benelits requirement is available at www,miamibeachfl .gov/procuremenU.
319
10.Public Entity Crimes. Section 287 133(2Xa), Florida Statutes, as currently enacted or as amended from time to time, states that a
person or affiliate who has been placed on the convicted vendor list following a conviction for a public entily crime may not submit
a proposal, proposal, or reply on a conkact 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 conslruction or repair of a public building or public work; may not submit
proposals, Statement of Qualiflcations, or replies on leases of real property to a public entity; may not be awarded or perform work
as a contractor, supplier, subcontractor, or consultanl under a conkact with any public entity; and may not lransact business with
any public entity 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 convicled vendor list.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, proposer agrees
with the requirements of Section 287.133, Florida Statutes, and certifles it has not been placed on convicted vendor list.
Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation
which may provide additional information to Proposer or alter solicitation requirements. The City will strive to reach every Proposer
having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposals are solely
responsible for assuring they have received any and all addendum issued pursuant lo solicitation. This Acknowledgement of
Addendum section certifies lhat the Proposer has received all addendum released by the City pursuant to this solicitalion. Failure
to obtain and acknowledge receipt of all addendum may result in proposal disqualification.
lnitialto Conflrm
Receipt
lnitial to Conflrm
Receiot
lnitialto Confirm
Receiot
Addendum 1 Addendum 6 Addendum 11
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.
320
The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the 'City') for the recipient's convenience.
Any action taken by the City in response to Statement of Qualifications made pursuant to lhis 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 Qualiflcations, may accept or reject
Statement of Qualifications, and may accept Statement of Qualiflcations which deviate from the solicitation, as it deems appropriate and in its
best interest. ln its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Statement of
Qualiflcations in response lo this solicitation,
Following submission of Statement of Qualif,cations, the applicant agrees to deliver such further details, information and assurances,
including linancial and disclosure data, relating to the Statement of Qualiflcations and the applicant including, without limitation, the
applicant's affiliates, 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 to
assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any
information in this solicitation.
Any reliance on these mntents, or on any permitted communications with City officials, shall be at the recipient's own risk, Proposals should
rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty
or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by lhe City
or its agenls that any Statement of Qualillcations conforming to these requirements will be selected for consideration, negotiation, or
approval.
The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be
made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally
relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Statement of Qualif,cations submitted to the City
pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Slatement of Qualifications,
This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without 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 Stalement of Qualiflcations, as same may be modified, and the applicable
definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant lo the terms of lhe delinitive
agreements executed among lhe parties, Any response lo this solicitation may be accepted or relected by the City for any reason, or for no
reason, without any resultant liability to the City.
The City is governed by the Government-in{he-Sunshine Law, and all Statement of Qualifications and supporting documents shall be
subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain
confidential to the exlent permitted by Florida Statutes, until 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 declarations as requested in this solicitation. By submission of a Stalement 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 supplemenl information contained in the Statement of Qualiflcations, and authorizes the release to the City of any and all
information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualiflcations
is true, accurate and mmplete, to the best of its knowledge, information, and belief,
Notwithstanding lhe foregoing or anything contained in the solicitation, all Proposals agree that in the event of a linal unappealable judgment
by a court of competent jurisdiction 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 liquidaled damages. The
previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which
imposes no liability on the City,
ln the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that
the provisions of this 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 of the State of Florida.
RFP 2014223AD lo
321
I hereby certify that: l, as an authorized agent of the Proposer , am submitting the following information as my flrm's
proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document,
inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any 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 disqualification 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 part 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 Certiflcation, Questionnaire and Requirements Affldavit are true and
accurate.
Name of Proposer 's Authorized Representative:Title o[Proposer's Authorized Representative:
Signature of Proposer 's Aulhorized Representative:Date:
State of FLORIDA )
)
On this _day of 20_, personally
appeared before me who
of
County of _) stated that (s)he is the
a corporation, and that the 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 the State of Florida
My Commission Expires:
RFP 20r4-2?3-AD 20
322
APPENDIX B
g AAIAMI mrACH
"No Bid" Form
RFQ 201 4-223-AD
COMPRE H E NSIVE EDUCATIONAL
PROGRAM REVIE\^/ OF NAUTILUS
MIDDLE SCHOOL
PROCUREMENT MANAGEMENT DEPARTMENT
l7O0 Convention Center Drive
Miomi Beoch, Florido 33139
RFP 20I 4223 AD
323
Statement of No Bid
WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT
THIS T|ME FOR REASON(S) CHECKED AND/OR IND|CATED 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 Gompany Name:
Note: Failure to respond, either by submitting a proposal or 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 #2014-O8O-SW
1700 Convention Center Drive
MIAMI BEACH, FL 33139
RtP '.2o t 4-2'.23-At)aaLL
324
APPENDIX C
g AAIAAAIBTACF{
Minimum Requirements
& Specificotions
RFQ 201 4-223-AD
COMPREH ENSIVE EDUCATIONAL
PROGRAM REVIE\V OF NAUTILUS
MIDDLE SCHOOL
PROCUREMENT MANAGEMENT DEPARTMENT
1700 Convention Center Drive
Miomi Beoch, Florido 33139
RtP 2014-223-AD 23
325
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 requirement. Proposals that fail to comply with minimum requirements will be
deemed non-responsive and will not be considered,
o 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:o 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;. 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.
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. SWOT analysis. Digest of AdvanceED school accreditation audit. Scalable best practices for school business management models,
24
326
APPENDIX D
g MIAMIBTACH
I nsuro nce Req uirements
RFQ 201 4-223-AD
COMPRE H ENSIVE EDUCATIONAL
PROGRAM REVIE\V OF NAUTILUS
MIDDLE SCHOOL
PROCUREMENT MANAGEMENT DEPARTMENT.l700 Convention Cenler Drive
Miomi Beoch, Florido 33139
RtP )Ot4-223-AD 25
327
'D:AAIAMIBEACH
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.
_Z 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 Indemnity (Hold harmless endorsement
exactly as written in "insurance requirements" 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 stated 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 $_.00
XXf, 7. Thirty (30) days written cancellation notice required.
XXX 8. Best's guide rating B+:Vl or better, latest edition.
XXX 9. The certificate must state the proposal number and title
The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject
to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable
Statutes.
RFP 20 I 4-223 AD 25
328
*E E#Et EE{EE if,€E$ tri {$i{gf,i$EsifEf,fi$liH$s[{$f $gI{ E$l*s* [EEiff $Er l',F$ !f,tE BEf,lB$ gflE$i$ EggEE i[g$ $[EI*$ xE{Ei$ {Ei$Ei[ [Ifi$g E$fii{ If,EEEl Eigifot_EdodsEI62E(),99is!'l3EE.*mf.0!!fqFa(IxT}*{,-L3C*-*;/0lfi:5Ri:rc(:):rF329