Christopher R. Mazzella Inspector General Office of the Inspector General for Miami-Dade County Public Schools MEMORANDUM

Similar documents
City of Miami. Legislation. Ordinance: 13331

FISCAL MANAGEMENT POLICIES NUMBER 702 PURCHASING

DOCUMENT INSTRUCTIONS TO BIDDERS

Location & Subject Matter Substance of Change Proposed Changes

Ordinances of the City of Ocoee, Florida, is hereby amended to read as follows:

Firm Submitting Bid INVITATION TO BID. DEADLINE FOR QUESTIONS: May 2, 2018 TIME: 5:00 PM. SUBMISSION DUE DATE: May 9, 2018 TIME: 2:00PM EST

Tallahassee Community College Procedure for Contract Solicitation or Award Bid Protest

APPENDIX F PUBLIC PRIVATE PARTNERSHIP PROCUREMENT PROCEDURES

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

REQUEST FOR PROPOSAL Enterprise Asset Management System

LIVINGSTON PARISH COUNCIL. Request for Qualifications for. Professional Services for the Livingston Parish Road Overlay Project

INVITATION FOR BID Chipeta Lake Park Tree Trimming

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

Citizens' Oversight Committee By-Laws CENTRAL UNION HIGH SCHOOL DISTRICT CITIZENS OVERSIGHT COMMITTEE BYLAWS. Section 1. Committee Established.

SECTION INSTRUCTIONS TO BIDDERS

R Definitions

6Gx13-8C School Board--Methods of Operation LOBBYISTS. I. Purpose

A D D E N D U M N O. 6

Office of Superintendent of Schools February 25, 2019 Board Meeting of March 13, 2019

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES SUNCOAST REGION

State of Florida Department of Transportation

MINUTES OF THE SCHOOL BOARD AUDIT AND BUDGET ADVISORY COMMITTEE OF MIAMI-DADE COUNTY PUBLIC SCHOOLS June 26, 2012

ADDENDUM ACKNOWLEDGEMENT FORM DC ITB A D D E N D U M # 1

State Highway Administration

Instructions to Bidders Page 1 of 8

Miami-Dade County Public Schools

State of Florida Department of Transportation. APRISA XE 960 MHz Radios

REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES

RFQ REQUEST FOR QUOTES ON DEMAND FACILITIES ELECTRICAL MAINTENANCE SERVICES JANUARY 2008

BOARD OF EDUCATION OF THE CITY OF LOS ANGELES Governing Board of the Los Angeles Unified School District

REQUEST FOR PROPOSAL Police Department Roof System Renovation

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

ORGANIZATION, PHILOSOPHY AND GOALS Policy 0110

Policy No Board of Directors


6Gx13-8A School Board Powers and Duties OFFICE OF INSPECTOR GENERAL

CITY OF DELRAY BEACH 100 NW 1 st AVENUE, DELRAY BEACH, FL RFP No Financial Investment Advisor Services - CARY D.

REQUEST FOR PROPOSALS NO FOR GENERAL CORPORATE LEGAL SERVICES

RFP No TIME AND ATTENDANCE SOLUTION ( )

BYLAWS OF THE CALIFORNIA CREDIT UNION LEAGUE


GREENE COUNTY PUBLIC SCHOOLS

INVITATION FOR BID Annual Water Meter Purchase

MINUTES OF THE SCHOOL BOARD AUDIT COMMITTEE OF MIAMI-DADE COUNTY PUBLIC SCHOOLS March 17, 2009

COOK COUNTY HEALTH AND HOSPITALS SYSTEM SUPPLY CHAIN MANAGEMENT PROCUREMENT POLICY. Table of Contents PREAMBLE..4

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

I-64 HAMPTON ROADS BRIDGE-TUNNEL EXPANSION PROJECT

SAMPLE TENDER DOCUMENTS REQUEST FOR TENDER # 2018-XXX. Contract # XXXX-XXXX #Project Name #Project Limits #Project Description

Masconomet Regional School District Audit Services Request for Quote

REQUEST FOR QUALIFICATIONS VARIOUS BOROUGH PROFESSIONAL POSITIONS AND EXTRAORDINARY UNSPECIFIABLE SERVICES POSTIONS. ISSUE DATE: December 29, 2018

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002

LAUSD SCHOOL CONSTRUCTION BOND CITIZENS OVERSIGHT COMMITTEE CHARTER AND MEMORANDUM OF UNDERSTANDING

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services

Bids Due: March 16, 2018

REQUEST FOR PROPOSAL FOR FEDERAL & STATE LEGISLATIVE LOBBYIST SERVICES RFP #

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

Office of Superintendent of Schools January 28, 2009 Board Meeting of February 11, 2009 ANNUAL REPORT OF THE ETHICS ADVISORY COMMITTEE

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

The official, corporate name of the School District shall be Reorganized R-IV School District of Buchanan County.

BY-LAWS ACADEMY OF COUNTRY MUSIC

LAWS OF THE REPUBLICAN EXECUTIVE COMMITTEE OF MIAMI- DADE COUNTY, FLORIDA

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

PROCUREMENT SERVICES (ORIGINALLY DISBURSEMENTS) Payroll Distribution Listings (Computer Printouts)

INSTRUCTIONS TO BIDDERS Medical Center

State of Florida Department of Transportation District Five Contractual Services M.S South Woodland Boulevard DeLand, FL

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT

REQUEST FOR PROPOSAL (RFP) for Fraud, Waste, and Abuse Reporting Hotline

LANDMARK AT DORAL COMMUNITY DEVELOPMENT DISTRICT REGULAR MEETING AGENDA

COMPILATION OF THE ACQUISITION REGULATION OF THE PANAMA CANAL AUTHORITY 1

Invitation to Bid (ITB) For Lawn Care Services ITB No: DMS 14/ The State of Florida Department of Management Services

ORDINANCE NO. 11-O-03AA

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

DESIGN - BUILD PROPOSAL OF

OFFICE OF WILL COUNTY EXECUTIVE LAWRENCE M. WALSH. Purchasing Director Fax (815)

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

MINUTES OF THE SCHOOL BOARD AUDIT AND BUDGET ADVISORY COMMITTEE OF MIAMI-DADE COUNTY PUBLIC SCHOOLS October 10, 2017

State of Florida PUR 1001 General Instructions to Respondents

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT. Cellular Tower Software. June 19, 2014, no later than 3:00 PM EST

TUPPERWARE BRANDS CORPORATION. Audit, Finance and Corporate Responsibility Committee Charter (Effective November 18, 2009)

(1) This article shall be titled the Office of Inspector General, Palm Beach County, Florida Ordinance.

1993 Specifications CSJ SPECIAL PROVISION ITEM 2 INSTRUCTIONS TO BIDDERS

COUNTY OF LOUISA, VIRGINIA

SOLICITATION AND AWARD PROTESTS RULE (RULE NO.004)

REQUEST FOR PROPOSAL for the SINGLE AUDIT OF THE STATE OF NEVADA

DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES GENERALLY; EXCEPTIONS

Request for Proposal. RFP # Non-Profit, Sports Photography

Legal Services for Representation to Indigent Parents RFP Laramie County

INGLEWOOD UNIFIED SCHOOL DISTRICT AMENDED AND RESTATED CITIZENS BOND OVERSIGHT COMMITTEE BYLAWS

PROCUREMENT, CONTRACT AWARD AND PROVIDER PROTESTS

REQUEST FOR QUALIFICATIONS VARIOUS BOROUGH PROFESSIONAL POSITIONS AND EXTRAORDINARY UNSPECIFIABLE SERVICES POSTIONS. ISSUE DATE: November 14, 2018

Heritage Isle at Viera Community Development District

Office of Inspector General The School District of Palm Beach County

CHAPTER 2 PROCUREMENT ORGANIZATION

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

City of Tacoma Protest Policy. Excerpt from Purchasing Policy Manual

AMENDED and RESTATED BYLAWS

Transcription:

Christopher R. Mazzella Inspector General Office of the Inspector General for Miami-Dade County Public Schools MEMORANDUM To: From : Date: Subject: Mr. Alberto M. Carvalho, Superintendent of Schools, M-DCPS Patra Liu, Interim Inspector Gene May 23, 2013 OIG Review of the PMSS Procurement Process; SBIG12-13-1 003 On May 8, 2013, the Office of School Facilities presented Agenda Item F-21, the Agreement for the Program Management Support Services (PMSS) between the School Board of Miami-Dade County, Florida, and Parsons Brinckerhoff, Inc., to the School Board for award. You requested that the Office of the Inspector General (OIG) conduct an independent review of the procurement process that resulted in Parsons Brinckerhoff being recommended for award of the aforementioned agreement. Attached are the results of our review. Overall, the OIG found no exceptions to the procurement process. On May 14, 2013, the OIG met with M-DCPS staff who were involved with the procurement process and key members of the negotiating team. We have been provided all requested documentation. We reviewed and verified all aspects of the process, from advertisement of the solicitation through negotiations with the top-ranked firm, resulting in the final agreement. As noted above, the OIG found no exceptions to the process; nonetheless, we have two suggestions that you may wish to consider for future solicitations. Please do not hesitate to contact me should you have any questions. Attachment cc: Hon. Chairwoman, Mrs. Perla Tabares Hantman and Members, Miami-Dade County School Board Walter J. Harvey, School Board Attorney Jose Montes de Oca, Chief Auditor, Office of Management & Compliance Audits Jaime G. Torrens, Chief Facilities Officer, Office of School Facilities MAIN OFFICE ON-SITE OFFICE Miami-Dade Office of the Inspector General. Miami-Dade County Public Schools OIG 19 West Flagler Street Suite 220 Report Fraud Hothne: < 305 l 5 79-25 9 3 1500 Biscayne Boulevard Suite 234 K Miami, Florida 3313(i or via the internet at :~ Miami, Fl~rida 33132 Tel: (305) 375 1946, Fax: (305) 579 2656 Tel: (305) 523-0623, Fax: (305) 523-0613

Procurement Process Solicitation The PMSS Request for Qualifications (RFQ) was advertised from November 19, 2012 through December 3, 2012 in the following: a) The Daily Business Review; b) Diario Las Americas; c) The Miami Times; and, 4) the M-DCPS Facilities webpage. Copies of the advertisements were provided to the OIG by the M-DCPS staff. The OIG also obtained a copy of the solicitation from the Facilities' webpage. No exceptions noted. Cone of Silence Notifications The official Cone of Silence notification commenced in concurrence with the RFQ solicitation on November 19, 2012. The notification was also posted on the Facilities' webpage. It was also stated on the solicitation itself. No exceptions noted. Mandatory Pre-proposal Conference The mandatory pre-proposal conference was held on December 5, 2012. M-DCPS staff provided the OIG with copies of the following items related to the pre-proposal conference: the pre-proposal conference handout, which included the solicitation; applicable School Board policies; and questions and answers (Q&A) prior to the 12/05/12 conference the RFQ selection procedures the revised pre-proposal conference handout appended with the attendee sign-in sheets and post conference follow-up Q&A a list of M-DCPS staff that attended and coordinated the meeting The OIG also obtained copies of some of these documents from the Facilities' webpage. M-DCPS staff also provided the OIG with audio tapes of the pre-proposal conference, which we have listened to. No exceptions noted. SBIG12-13-1003 May 23, 2013 Page 1 of 5

Addendum No Addenda noted other than the Q&A handouts noted above. Receipts of Proposals Eight (8) proposals were received on January 8, 2013. Initial Screening The proposals were reviewed, evaluated and scored by staff utilizing a standardized form entitled Qualifications Form 1. This initial screening of all eight (8) proposals were performed by M-DCPS staff and completed on March 21, 2013. The following M-DCPS staff performed the initial screening: The Executive Director for NE Selection Two (2) NE Selection staff members holding the job classification of Analyst Ill M-DCPS staff informed the OIG that one firm was ineligible since it has an existing conflicting contract with M-DCPS.. Five (5) firms made the short-list. The collective staff evaluations of the short-listed firms were provided to the OIG. No exceptions noted. Selection Committee A request for appointment of Selection Committee members was issued via memo on January 14, 2013. The Selection Committee initially comprised of seven (7) voting members and one (1) at-large member. On the day of the oral presentations only six (6) Selection Committee members were present and, as such, the at-large member became the seventh voting member. The Selection Committee members executed a No. Conflict of Interest Certification on April 5, 2013, the date of the oral presentations. Documents in reference to the Selection Committee member appointment process, members' responsibilities, procedures for evaluation of firms, and the No Conflict of SBIG12-13-1003 May 23, 2013 Page 2 of 5

Interest Certifications were provided to the OIG. No exceptions noted. Oral Presentations The five (5) short-listed firms were invited to provide oral presentations on April 5, 2013. OIG staff attended the presentations and noted that it was structured and well-organized. The Selection Committee's final evaluations of the five firms were completed on the evening of April 5, 2013. Parsons Brinckerhoff was the highest-ranked firm. Selection Committee member's evaluations of each of the five (5) firms was provided to the OIG. No exceptions noted. Protest of Bid Award School Board Policy 6320 states the following: Any person who is adversely affected by the agency decision or intended decision, shall file with the agency a Notice of Protest in writing within seventy-two (72) hours after the posting of the bid tabulation or after receipt of the notice of the agency decision or intended decision and shall file a Formal Written Protest within ten (1 0) calendar days after filing the Notice of Protest. The protesting bidder shall also be required to post a bond, consistent with this rule. Failure to file a Notice of Protest or failure to file a Formal Written Protest shall constitute a waiver of proceedings under F.S. Chapter 120.57. No bid protest was filed. Negotiations The M-D CPS negotiation team consisted of four (4) individuals: The Executive Director for AlE Selection An A/E Selection Analyst Ill The Assistant Superintendent for Maintenance SBIG12-13-1 003 May 23, 2013 Page 3 of 5

Operations A Senior Design & Construction Officer for the Office of Capital Improvement Projects Negotiation meetings were conducted with Parsons Brinckerhoff on 4/23/13, 4/26/13, 4/29/13 and 5/01/13. The first meeting was held on M-DCPS premises. Followup negotiation meetings were held via conference call on the remaining dates. The OIG was provided with audio tapes of the negotiation meetings noted above, which we have listened to. The OIG was also provided with e-mail correspondence relative to the negotiations, including edits to the proposal agreement, which we have reviewed. The OIG was able to track the progress of the negotiations. No exceptions noted. Recommendation of The PMSS agreement with Parsons Brinckerhoff was Award to the Board submitted to the Board for award on May 8, 2013. The item passed unanimously. No exceptions noted. Due Diligence On May 14, 2013, during our meeting with M-DCPS staff, we inquired about the due diligence performed on Parsons Brinckerhoff, the top-ranked proposer. We were informed that during the Initial Screening stage staff contacted the firms' references that they listed in their proposals. While Parsons Brinckerhoff did not list Miami-Dade Transit (MDT) as a reference on its proposal, M-D CPS staff did contact MDT (after Parsons Brinckerhoff was recommended for award) to inquire of its compliance with the Miami-Dade County's small business goals. Other jurisdictions contacted by M-DCPS staff include Orange County Public Schools (FL), Los Angeles Unified School District, Houston Independent School District and Chicago Public Schools. Some of these discussions related to the compensation of the program management firms. SBIG12-13-1 003 May 23,2013 Page 4 of 5

Agreement Terms & Conditions Prior to the Superintendent's request that the OIG perform this Procurement Process Review, the OIG, on its own initiative, met with Mr. Jaime Torrens, Chief Facilities Officer; Ms. Ana Rijo-Conde, Economic Sustainability Officer; and, Mr. Paul Washington, Board Attorney, to discuss the draft PMSS agreement. This meeting took place on April 3, 2013, after the OIG had an opportunity to review an early draft of the agreement. The OIG submitted comments and suggestions to Mr. Torrens on April 8, 2013. (Attachment A). On April17, 2013, the OIG was provided with a revised draft agreement. We have also thoroughly reviewed the final agreement. Several of the OIG's comments and suggestions were incorporated into the agreement; notably the Conflict of Interest Affidavit that will be executed by the employees of the Program Manager and employees of the sub-consultants (see Schedules G and H of the final agreement). OIG Observations & Suggestions The OIG previously commented on the lack of a maximum contract ceiling dollar amount. As such, we believe that the monthly reports, which will be submitted to Board, should identify the number and dollar value of work orders issued pursuant to this agreement. The reporting should include the dollar amounts encumbered (through work order issuance) and the dollar amounts expended. The OIG observed that while Selection Committee members execute a No Conflict of Interest Cerlification, M-DCPS staff members who comprise the Initial Screening evaluation team and comprise the Negotiations team do not execute the same type of form. We were advised that staff on an annual basis executes a general no conflict form. However, because the Initial Screening and Negotiations rounds are key components of the overall procurement process, we suggest that all individuals involved in the process execute the same certification-a certification that is specific to the procurement at hand, as opposed to annual general statement. SBIG12-13-1 003 May 23,2013 Page 5 of 5

Rose Stanek, Arleen (OIG) From: Sent: To: Cc: Liu, Patra (OIG) Monday, April 08, 2013 5:04 PM 'JTorrens@dadeschools.net' ALBERTO CARVALHO (ACarvalho@dadeschools.net); Mazzella, Christopher (OIG); 'PauiWashington@dadeschools.net'; 'ARijo@dadeschools.net' Subject: Follow-up to meeting on April 3, 2013 Attachments: Sample Affidavit for Staff Conflict of Interest. pdf Jamie: I am glad that we got the opportunity to meet last week regarding the 21st C. Bond Program, and more specifically the current RPQ for Program Management Support Services (PMSS). At our meeting, I advised that we would put our comments and suggestions in writing. Here they are: 1. Inclusion of a merger clause. We noted that it seemed to be missing. Reference should be made to provisions of the RPQ, addendum, and representations made by the vendor in its proposal. Order of precedence should be stated. 2. Inclusion of Delay Damages. Depending on the scope of work in the work order, damages for delay may be appropriate. 3. Business Code of Ethics. Reference is made to this School Board Rule in the RPQ. Given its importance, we believe it should be expressly stated as a provision of the Professional Services Agreement. 4. Duration and Contract Ceiling Amount. Both should be expressly stated with inclusion of OTRs, and funding amounts for the OTRs. If not, Board approval would be required to replenish funding during the OTRs. 5. Organizational Conflict of Interest. As I mentioned during the meeting, MD-WASD has language in its draft PM/CM Agreement. We are checking with MD-WASD about sharing this language with you. 6. Personal Conflict of Interest (Consultant Personnel): Attached please find a copy of the affidavit that was implemented by MD-WASD for Hazen & Sawyer personnel working on So. Dade Waste Water Treatment High Yield Disinfection Project. While the affidavit was written for inspectional personnel, it was actually implanted for all program management consultant staff. We strongly urge you to consider a similar requirement. 7. Acknowledgment of OIG Authority. I advised that I would provide proposed language. Program Manager acknowledges the authority of the Office of the Inspector General, as established by School Board Rule 6Gx13-8A-1.07, School Board Rule 6Gx13-8A-1.08, and the lnterlocal Agreement between the School Board of Miami-Dade County and Miami-Dade County, as may be amended from time to time, to make investigations of School Board affairs and the power to review past, present and proposed School Board programs, accounts, records, contracts and transactions, and contracts; and all other powers provided by the aforementioned authorities. The OIG is a duly authorized agent or representative of the Board for purposes of access to Program Manager's records as provided by in Article 6 of this Agreement. ATTACHMENT A 1

8. Professional Liability Insurance. Not clear if Professional Liability Insurance is included in the Schedule D of Insurance Coverages. Section 8.2.2. references all insurance policies other than Professional Liability and Workers Compensation. 9. Can you please provide us with the draft schedules intended to be included in the agreement? We look forward to providing more input as the drafting and negotiations processes continue. And please do not hesitate to contact us should you need assistance with any matter. Regards, Patra Liu Assistant Inspector General (305) 375-1946 2