HomeMy WebLinkAboutRFQGLENN IvL=1RCOS
Director
ijit 4:tflflfl
JOE ARRIOLA
City Manager
Request for Qualifications
RFQ No. 04-05-132
CONSULTING SERVICES FOR THE
MAYOR'S MENTORING INITIATIVE
Commodity Codes:
918-38; 918-58; 924-19; 924-74; 924-77; 964-87
Issued: December 22, 2005
Questions Due: December 29, 2005
Responses Due: Monday, January 9, 2006 by 1 PM
I. Overview
The City of Miami ("Miami") is seeking to establish a term contract for qualified and
experienced individuals capable of providing the services depicted herein. Individuals deemed
qualified by the City shall be placed on a Qualified Proposer's List ("List"), and shall be utilized
by the City on an as needed, when needed, basis.
The City of Miami established the "Mayor's Mentoring Initiative" during the 2003-2004 school
year. This initiative shined the light on the need for community involvement within the
educational experience of the City of Miami Youth. The Mayor's Office has worked in
collaboration with the Miami -Dade County public school system to determine the means by
which the City could assist and support youth academically to the best of its ability. The current
opportunities are focused on after -school programming efforts for youth in grades K-12, and are
in conjunction with the Miami Learning Zone and the Miami Youth Council.
The City contemplates a one (1) year contract ("Contract") with the Successful Proposer(s), The
City shall have the option to extend the Contract for four (4) additional one (1) year periods, at its
sole discretion, Successful Proposer(s) will be given at least thirty (30) days prior written notice.
A Contract will be negotiated and executed with the Successful Proposer(s) and the City. The
City shall further have the option to add additional qualified individuals to the contract on an as
needed, when needed basis.
City al -Miami RFO 04-05-132
II. Scope of Work
Successful Proposer(s) shall be expected, at a minimum, to perform the following services. These
services are not all inclusive, and may be modified or enhanced at anytime throughout the
duration of the contract.
1. Provide successful implementation and collaborations of all program plans for the Miami
Learning Zone.
2. Conduct bi-monthly meetings with Holmes Elementary School administration and each
community -based organization (CBO).
3. Conduct monthly staff meetings.
4. Review and assess data results provided by each CBO including attendance, academic
achievement, pre- and post-test for arts education, conflict resolution, and physical fitness
programs.
5. Conduct on a regular basis observations of all scheduled activities.
6. Actively support the day to day functioning of the collaborations,
7. Schedule facility times, special events, and collect regular data.
8. Develop a parent newsletter from the Center and communicate relevant information
through flyers and also consider via email and/or website.
9. Collect attendance and progress data on a monthly basis for 21st CCLC program
participants.
10, Facilitate the Project Citizen Curriculum with Community Youth Councils.
11. Facilitate the support and collaboration of not for profit organizations in the development
of action plans in relation to Project Citizen Action Plan.
12. Facilitate Mayor's Youth Council Monthly meetings.
13. Actively support and facilitate implementation of student plans for Community Showcase
Events.
14. Shall understand and accept the fact that there is a time commitment involved, as the
normal work hours will range from approximately 60-80 hours per week, and that much
work will occur on evenings and weekends.
15. Accept the hourly rate cited herein and any increases allowed, as authorized by the City.
16. Provide any additional services as deemed necessary. The City reserves the right to add
additional related services to the contract at any time as it relates to consulting services
for the Mayor's Mentoring Initiative.
III. Compensation
The Successful Proposer(s) shall be paid at the rate of $24.00 per hour, after the submission of
proper invoices for services rendered. No travel or other out of pocket expenses will be
authorized by the City. An increase in the hourly rate, of not more than 10% and based upon
performance and overall responsibilities, will be authorized by the City on an annual basis for
each optional extension year, at the sole discretion of the City.
IV. Minimum Qualifications
Proposers shall satisfy each of the following requirements cited below. Failure to do so will
result in the Proposal being deemed non -responsive.
2
City of Miami RFQ 04-05-132
A. Must have, at a minimum, a Bachelor's Degree in a field related to social services and/or
management.
B. Must have experience in the provision of similar services being sought, for a minimum of
three (3) years, preferably related to the public school system or other educational system.
C. Shall possess a strong understanding of the diverse needs of the entire City of Miami
community.
V. Deadline for Receipt of Information / Clarification
Pursuant to the Cone of Silence, any request for additional information or clarification must be
received in writing no later than 5:00 p.m. on Thursday, December 29, 2005. Interested
individuals (Proposers) may email or fax their requests to the attention of Pamela Burns CPPB,
Sr. Procurement Contracts Officer, at the City's Department of Purchasing, at
pburns@ci.miami.fl.us or fax (305) 400-5026.
VI. Independent Contractor
The Successful Proposer(s) is considered an independent contractor, and neither the Successful
Proposer(s) nor any of its' agents, representatives or employees shall be considered to be an
employee of the City.
VII. Cone of Silence
Pursuant to Section 18-74 of the City of Miami Ordinance No. 12271, a "Cone of Silence" is
imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the
City Manager issues a written recommendation to the Miami City Commission. The Cone of
Silence shall be applicable only to Contracts for the provision of goods and services and public
works or improvements for amounts greater than $200,000. The Cone of Silence prohibits any
communication regarding RFPs, RFQs, RFLI or IFBs (bids) between vendors, representatives,
City staff, and others, per said Ordinance. The Cone of Silence shall apply to this RFQ.
VIII. Resolution of Protests
Any actual or prospective contractual party who feels aggrieved in connection with the
solicitation or award of a contract may protest in writing to the Director of Purchasing/Chief
Procurement Officer who shall have the authority, subject to the approval of the City Manager
and the City Attorney, to settle and resolve a protest with final approval by the City Commission.
Bidders are alerted to Section 18-103 of the City's Ordinance No. 12271 describing the protest
procedures. Protests failing to meet the requirements for filing shall not be accepted. Failure of a
party to timely file shall constitute a forfeiture of such party's right to file a protest. NO
EXCEPTIONS.
IX. Audit and Retention of Records
During the Contract period, and for at least five (5) subsequent years thereafter, Successful
Proposer(s) shall maintain and provide City access to all files and records maintained on the
City's behalf in connection with performing the services described herein for audit and
examination purposes.
3
City of Miami RFQ 04-05-132
X. Collusion
The Proposer, by submitting a Proposal, certifies that its Proposal is made without previous
understanding, agreement or connection either with any person, firm, or corporation submitting a
Proposal for the same services, or with the City's Purchasing Department or initiating
Department. The Proposer certifies that its Proposal is fair, without control, collusion, fraud, or
other illegal action. The Proposer further certifies that it is in compliance with the conflict of
interest and code of ethics laws. The City will investigate all situations where collusion may have
occurred and the City reserves the right to reject any and all Proposals where collusion may have
o ccurred.
XI. Indemnification
The Successful Proposer(s) shall agree to indemnify, defend and hold harmless the City, and its'
officials, employees and agents (collectively referred to as "Indemnities") and each of them from
and against. all losses, costs, penalties, fines, damages, claims, expenses (including attorney's
fees), liabilities (collectively referred to as "Liabilities") by reason of any injury to or death of
any person or damage to or destruction or loss of any property arising out of, resulting from, or in
connection with (i) the performance or non-performance of the services contemplated by the
Contract which is or is alleged to be directly or indirectly caused, in whole or in part, by any act,
omission, default or negligence (whether active or passive) of the Indemnities, or any of them or
(ii) the failure of the Successful Proposer(s) to comply with any of the requirements specified
within the Contract, or the failure of the Successful Proposer(s) to conform to statutes,
ordinances, or other regulations or requirements of any governmental authority, federal or state,
in connection with the performance under the Contract. Successful Proposer(s) expressly agrees
to indemnify and hold harmless the Indemnities, or any of them, from and against all liabilities
which may be asserted by an employee or former employee of Successful Proposer(s), or any of
its' subcontractors, if applicable and as provided above, for which the Successful Proposer's
liability to such employee or former employee would otherwise be limited to payments under
state Workers' Compensation or similar laws.
XII. Hold Harmless
The Successful Proposer(s) shall hold harmless and indemnify the City for any errors in the
provision of services and for any fines which may result from the fault of the Successful
Proposer(s).
XIII. Suspension or Termination of Services
The City Manager or City Commission shall have the right to suspend or terminate any or all of
the services covered under the Contract upon giving thirty (30) days advance written notice to the
Successful Proposer(s).
XIV. Method of Award
The City shall establish a Qualified Proposer's List for placement of all pre -qualified Proposers
(aka "Successful Proposer" or "Consultant") for said consulting services. The names of all pre -
qualified Proposers shall be submitted to the City Commission for approval.
4
Ciry of Miami RFQ 04-05-132
Specific periodic work assignments will be identified by the City on an as needed, when needed
basis. The City reserves the right to add additional pre -qualified Proposers to the List at intervals
as determined necessary by the City throughout the duration of the Contract in order to ensure
availability and expediency of work. Each Proposer who seeks to be added to the List will be
evaluated, consistent with the requirements of this RFQ, to determine qualifications.
XV. Award of Work Assignments to Pre -Qualified Proposers
When work assignments are identified, Successful Proposers will be considered, depending upon
the need and the qualifications and experience of the Successful Proposer(s). When the City
identifies a work assignment, a Successful Proposer(s) from the List will be contacted to provide
said services.
The City offers no guarantee as to the number or frequency of work assignments or the overall
amount of compensation to be received by the Successful Proposer(s) under the terms of the
Contract-.
XVI. Submission Requirements
Proposers shall provide, at a minimum, the following information and documentation with its
Proposal to determine if he/she meet the minimum qualification requirements.
A. Provide a detailed resume. Include Proposer's contact information, including address,
phone, and email address.
B. Submit a copy of Degree which reflects his or her academic major and the educational
institution.
C. Detail its experience related to the provision of similar services. Include discussion of
experience with the public school system social services, and working with a governmental
entity(s), within the past five (5) years. Include a list of clients for which Proposer has
provided these overall services of a similar nature, and include name of reference, contact
name, period of time, and overall services provided. References are subject to verification
by the City.
D. Discuss his/her understanding of the needs of the diverse community of Miami, particularly
as it relates to the services being sought at this time.
E. Provide any other information as necessary.
XVII. Receipt of Responses
Provide one (1) original and three (3) copies of signed and dated Proposal with required
documentation to the Office of the City Clerk, Attn: Priscilla A. Thompson, 3500 Pan American
Drive, First Floor, Miami, Florida 33133 no later than Monday, January 9, 2006 at 1 PM.
Responses must be clearly marked on the outside of the envelope/package referencing RFQ
#04-05-132: CONSULTING SERVICES FOR THE MAYOR'S
MENTORING INITIATIVE. Failure to submit Response by the due date and time, and at
the location specified above, will disqualify Proposer.
5