STATE OF

FLORIDA OFFICE OF EARLY LEARNING

Request for Proposal

Intent to Submit Proposal

********************************************************************************************************************************* COMPLETE AND RETURN THIS FORM ********************************************************************************************************************************* Proposal Number: RFP 2013-51

Title: EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT

Date & Time Proposal Due: APRIL 17, 2013 @ 10:30 AM EASTERN TIME (ET)

On behalf of Florida Office of Early Learning, hereafter known as the Office, potential Proposers should notify the Florida Department of Education, Bureau of Contracts, Grants and Procurement Management Services by returning this Intent to Submit Proposal Form as soon as possible after downloading. Complete the information below and send this sheet only to fax number (850) 245-0719, mail to 325 West Gaines Street, 332 Turlington Building, Tallahassee, Florida 32399-0400 or e-mail it to the below contact.

Company Name:

Contact Person:

Address:

City, State, Zip:

Telephone: ( ) Fax Number: ( )

Internet E-Mail Address:

Signed: Date:

Department of Education contact person: ReGina Fields, [email protected], (850) 245-9173

i

State of Florida

FLORIDA OFFICE OF EARLY LEARNING

REQUEST FOR PROPOSAL

EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT

BID NUMBER: RFP 2013-51

DEADLINE FOR TECHNICAL QUESTIONS: APRIL 8, 2013 by 4:00 ET (There is no deadline for administrative questions)

PROPOSALS ARE DUE BY: 10:30 AM ET, APRIL 17, 2013

ESTIMATED POSTING OF INTENDED AWARD BEGINS MAY 3, 2013

MAIL OR DELIVER PROPOSALS TO:

Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services On Behalf of the Florida Office of Early Learning 325 West Gaines Street 332 Turlington Building Tallahassee, Florida 32399-0400 Attention: ReGina Fields Phone: (850) 245-9173

3

Table of Contents

Request for Proposal ...... i Intent to Submit Proposal ...... i SECTION 1 –INSTRUCTIONS ...... 6 1.0 GENERAL INSTRUCTIONS TO PROPOSER ...... 6 SECTION 2 – CONTRACT CONDITIONS ...... 6 2.0 GENERAL CONTRACT CONDITIONS ...... 6 SECTION 3 - INTRODUCTION ...... 6 3.0 INTENT ...... 6 3.1 PURPOSE ...... 7 3.2 BACKGROUND ...... 7 3.3 DEFINITIONS ...... 10 3.4 SCHEDULE OF EVENTS ...... 10 SECTION 4 – SPECIAL INSTRUCTIONS ...... 10 4.0 PRE-SOLICITATION CONFERENCE: A PRE-SOLICITATION CONFERENCE WILL NOT BE HELD.10 4.1 SITE INSPECTION: A SITE INSPECTION WILL NOT BE HELD...... 10 4.2 VISITOR’S PASS TO THE TURLINGTON BUILDING ...... 10 4.3 PROPOSAL QUESTIONS & ANSWERS ...... 10 4.4 PROCUREMENT PROTESTS / NOTICE OF RIGHTS ...... 11 4.5 ORAL INSTRUCTIONS / CHANGES TO THE REQUEST FOR PROPOSAL (ADDENDA) ...... 12 4.6 MODIFICATIONS, RESUBMITTAL AND WITHDRAWAL ...... 12 4.7 RESTRICTIONS ON COMMUNICATIONS WITH DEPARTMENT STAFF ...... 12 4.8 CONFIDENTIAL, PROPRIETARY, OR TRADE SECRET MATERIAL ...... 12 4.9 WITHDRAWAL OF A PROPOSAL ...... 13 4.10 CONDITIONS TO THE PROPOSAL ...... 13 4.11 AWARD ...... 13 SECTION 5 – SPECIAL INSTRUCTIONS – PROPOSAL FORMAT & CONTENT ...... 13 5.0 PROPOSAL SUBMISSION ...... 13 5.1 MAIL OR DELIVER PROPOSALS TO: (Do Not Fax or E-Mail) ...... 14 5.2 PRELIMINARY SUBMITTAL DOCUMENTS ...... 14 5.3 TRANSMITTAL LETTER ...... 14 5.4 PROPOSAL FORMAT INSTRUCTIONS ...... 15 SECTION 6 – SPECIAL CONDITIONS ...... 18 6.0 AUTHORIZED TO DO BUSINESS IN THE STATE OF FLORIDA ...... 18 6.1 LICENSED TO CONDUCT SERVICES IN THE STATE OF FLORIDA ...... 18 6.2 OTHER CONDITIONS ...... 18 6.3 IDENTICAL EVALUATION OF PROPOSALS ...... 18 6.4 DISCLOSURE STATEMENT ...... 18 6.5 DIVERSITY IN CONTRACTING ...... 18 6.6 CONTRACTUAL OBLIGATIONS ...... 19 6.7 METHOD OF PAYMENT ...... 19 6.8 SUSPENDED VENDOR LIST ...... 19 6.9 SUB-CONTRACTNG ...... 19 6.10 SUBMISSION OF PROPOSALS BY SUBSIDIARIES OR AFFILIATES ...... 20 6.11 COSTS INCURRED IN RESPONDING ...... 20 6.12 PROHIBITION OF GRATUITIES ...... 20 6.13 INDEPENDENT PRICE DETERMINATION ...... 20 6.14 PERFORMANCE BOND ...... 20 RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 4

6.15 PARTICIPATION IN FUTURE STAGES OF THIS PROJECT ...... 20 6.16 ACCESSIBLE ELECTRONIC INFORMATION TECHNOLOGY ...... 20 SECTION 7 – SCOPE OF SERVICES ...... 21 7.0 SCOPE OF SERVICES ...... 21 SECTION 8 – OPENING, EVALUATION AND AWARD...... 31 8.0 PROPOSAL OPENING ...... 31 8.1 EVALUATION PROCESS ...... 31 8.2 POSTING OF PROPOSAL TABULATION ...... 32 ATTACHMENT ‘1’ ...... 33 PROPOSER’S PRICE SHEET ...... 33 ATTACHMENT ‘2’ ...... 35 DRUG-FREE WORKPLACE ...... 35 ATTACHMENT ‘3’ ...... 36 DISCLOSURE STATEMENT ...... 36 ATTACHMENT ‘4’ ...... 37 MINORITY SUB CONTRACTORS UTILIZATION SUMMARY ...... 37 ATTACHMENT ‘5’ ...... 38 REFERENCES ...... 38 ATTACHMENT ‘6’ ...... 39 SPECIAL CONDITIONS ADDENDUM FOR VENDOR CONTRACTS USING AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 FUNDS ...... 39 ATTACHMENT ‘7’ ...... 42

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 5

REQUEST FOR PROPOSAL

STATE OF FLORIDA, DEPARTMENT OF EDUCATION ON BEHALF OF THE FLORIDA OFFICE OF EARLY LEARNING

EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT

BID NUMBER: RFP 2013-51

SECTION 1 –INSTRUCTIONS

1.0 GENERAL INSTRUCTIONS TO PROPOSER This section contains instructions explaining the solicitation process and the actions necessary to respond. General Instructions to Respondent (Form PUR 1001 – incorporated herein by reference) is a downloadable document which must be downloaded for review. This document need not be returned with the Proposer’s Proposal. Form PUR 1001 may be accessed at http://dms.myflorida.com/business_operations/state_purchasing under “Documents, Forms, References and Resources.”

In the event of any conflict between Form PUR 1001 and other instructions provided in this document, the additional instructions in this document shall take precedence over the Form PUR 1001 unless the conflicting term is required by any section of the Florida Statutes (F.S.), in which case the statutory requirements shall take precedence.

SECTION 2 – CONTRACT CONDITIONS

2.0 GENERAL CONTRACT CONDITIONS Standard terms and conditions that will apply to the contract which results from the solicitation event are provided in this section. General Contract Conditions (Form PUR 1000 – incorporated herein by reference) is a downloadable document which must be downloaded for review. This document need not be returned with the Proposer’s Proposal. Form PUR 1000 may be accessed at http://dms.myflorida.com/business_operations/state_purchasing under “Documents, Forms, References and Resources.”

In the event of any conflict between the PUR 1000 form and any other Special Conditions, the Special Conditions shall take precedence over the PUR 1000 form unless the conflicting term in the PUR form is required by any section of the F.S., in which case the statutory requirements shall take precedence.

SECTION 3 - INTRODUCTION

3.0 INTENT The State of Florida, Department of Education (hereinafter referred to as the "Department") is soliciting written Proposals on behalf of the Florida Office of Early Learning (hereafter referred to as the “Office”), from qualified Proposers to establish a term contract of which the term is anticipated to begin upon execution of the contract and be effective through August 31, 2013. The award will be made to the responsible and responsive vendor(s) that the Department and the Office determine will provide the best value to the state, taking into consideration price and other criteria set forth in this document.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 6

Based upon the purpose of the RFP as described in SECTION 3.1 and the Scope of Services described in SECTION 7.0, the Office anticipates this award will result in a Vendor contract relationship with the selected contractor(s) as defined in Office of Management and Budget (OMB) Circular A-133, Section 210.

3.1 PURPOSE The purpose of this Request for Proposal is to solicit responses from qualified vendors to accomplish the following: 1. Provide a statewide inventory of early care and education child pre-and-post assessment instruments currently in use throughout the 31 early learning coalitions, RCMA and 45 Head Start grantees in Florida, 2. Determine how the early learning coalitions, RCMA and Head Start grantees are using each pre-and-post assessment tool, and 3. Determine if assessment instruments currently in use produce data which can be related to future student academic performance.

3.2 BACKGROUND The Florida Office of Early Learning (Office) provides oversight and administration for early learning programs in Florida. Section 411.01(4)(d)4, Florida Statutes, requires the Office to safeguard the effective use of federal, state, local and private resources to achieve the highest possible level of school readiness for the children of this state. These early learning programs include but are not limited to the School Readiness Program (child care subsidies), Child Care Resource and Referral Program (CCR&R), Child Care Executive Partnership (CCEP) Program and the Voluntary Prekindergarten (VPK) Education Program. Early learning services are implemented at the local level by 31 early learning coalitions located throughout Florida and the Redlands Christian Migrant Association (RCMA) (see Diagram 1). Florida’s State Advisory Council on Early Education and Care (State Advisory Council) provides leadership for the development of a high quality, comprehensive system of early childhood education and care. The State Advisory Council ensures coordination and collaboration among the wide array of early childhood programs and services in the state, including Head Start, child care and prekindergarten programs and services. Through partnerships across agencies and organizations that work on behalf of young children and their families, the goal of the State Advisory Council is to create a stronger, more responsive, and more integrated early childhood system. The State of Florida is using the State Advisory Council on Early Education and Care’s three-year grant funds to improve coordination and collaboration between state agencies, local organizations, and other early childhood system stakeholder groups. By direction of the state’s Executive Office of the Governor, the State Advisory Council serves as a coordinating council to the Florida Children and Youth Cabinet. With leadership from the Executive Office of the Governor, the Office of Early Learning, the Department of Education, the Department of Children and Families, the Department of Health, the Head Start Collaboration Office, and numerous local organizations, the state has made improvements in the infrastructure and quality of services available to families and children. State Advisory Council projects directly impact children, families, and child care teachers, in addition to positively impacting efforts involving state policy development, collaboration, and system infrastructure. The state’s School Readiness programs serve over 135,000 children, ages birth to five, through more than 10,000 providers statewide. The state’s network of providers includes private centers and schools, family child care homes, public schools, faith-based organizations and informal settings. An estimated 15,000 early learning teachers deliver age appropriate curriculum-based instruction to School Readiness children in Florida each year (see Table 1). While the School Readiness program also serves children over the age of five, the pre-and post-assessment analysis for this procurement is focused only on children ages birth to age five.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 7

Table 1 – School Readiness Children Including RCMA (Birth to Five) Number of SR Children Number of SR Children Age Ethnicity Percent SFY2011-12 SFY2012-13 as of 1/20/13 Under Age 1 10,338 8,192 Black 47% Ages 1 to 2 21,231 18,010 Hispanic 23% Ages 2 to 3 28,866 23,480 White 25% Ages 3 to 4 33,361 27,374 Other 5% Ages 4 to 5 34,442 27,684 Source: Office of Early Learning Consolidated Database. Data period July 1, 2011 through December 31, 2012. Run date : January 2013 Head Start programs provide comprehensive, developmental services for low-income pre-school children ages three to five and social services for their families. The purpose of the Head Start program is to promote school readiness by enhancing the social and cognitive development of children through the provision of health, educational, nutritional, and social services. Head Start grantees serve children from three years to school age; Early Head Start grantees serve pregnant women and children from birth to age three; and Migrant and Seasonal Head Start grantees serve children six weeks to school age using modified methods of service delivery to meet the unique needs of migrant and seasonal farm-worker families. Head Start services for preschool age children are available in every county in Florida. Early Head Start and Migrant and Seasonal Head Start is available in certain areas of the state and not in every county. Florida Head Start programs served over 42,000 children in FY2011-12 through 45 grantees. Florida Head Start grantees are listed in Attachment 9, Florida Head Start Grantees. Table 2 Head Start, Early Head Start and Migrant (Birth to Five) Number of HS & MSHS Number of Early HS &MSHS Age Children FY2011-12 Children FY2011-12 Under Age 1 0 1,803 Ages 1 to 2 0 2,095 Ages 2 to 3 310 2,439 Ages 3 to 4 13,572 235 Ages 4 to 5 21,753 0

Head Start Early Head Start Ethnicity Number Percentage Number Percentage Hispanic or Latino Origin 11,080 31.07% 1,788 24.95% Non-Hispanic/Non-Latino Origin 24,583 68.93% 5,379 75.05%

Head Start Early Head Start Race Number Percentage Number Percentage American Indian/Alaska Native 60 0.17% 13 0.18% Asian 183 0.51% 22 0.31% Black or African American 19,303 54.13% 3,969 55.38% Native Hawaiian/Pacific Islander 75 0.21% 2 0.03% White 12,291 34.46% 2,354 32.84% Biracial or Multi-Racial 1,592 4.46% 501 6.99% Other Race 1,716 4.81% 241 3.36% Unspecified Race 443 1.24% 65 0.91% Source: The Office of Head Start 2011 - 2012 Head Start Program Information Report (PIR): Enrollment Statistics Report – State Level To create a comprehensive statewide compendium of the pre-and-post assessments currently in use throughout early learning coalitions and Head Start Grantees, the Office is seeking proposals for inventory and an analysis of these instruments.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 8

Okaloosa Walton Holmes Jackson 1 Santa Rosa Escambia 3 Nassau Washington Gadsden Leon 2 Jefferson Madison Hamilton Baker Duval Calhoun Bay 5 Liberty Suwannee 10 Wakulla Taylor Columbia 9 Gulf 6 St. Johns Lafayette Clay Franklin Bradford 4 Alachua Dixie Putnam 11 Gilchrist 8 Flagler Levy

Early Learning Coalitions of 7 12 Volusia Marion Florida and the RCMA Citrus Sumter Lake 13 Brevard Hernando 15 1. ELC of Escambia 17. ELC of Pasco & Hernando Counties 16 Orange 14 2. ELC of Santa Rosa 18. ELC of Pinellas Pasco 3. ELC of Okaloosa & Walton Counties 19. ELC of Hillsborough 17 Polk Osceola 4. ELC of North 20. ELC of Polk 18 Hillsborough 21 22 5. ELC of the Region 21. ELC of Osceola 19 20 6. ELC of Florida’s Gateway 22. ELC of Brevard Indian River Hardee Highlands Manatee Okeechobee 7. ELC of the 23. ELC of Manatee St. Lucie 8. ELC of Alachua 24. ELC of Sarasota 23 DeSoto 26 27 9. ELC of CNBB 25. ELC of Florida’s Heartland 25 Martin 24Sarasota Glades 10. ELC of Duval 26. ELC of Indian River, Martin & Okeechobee Charlotte 11. ELC of St. Johns & Putnam 27. ELC of St. Lucie Palm Beach 12. ELC of Marion 28. ELC of Lee Hendry 13. ELC of Flagler & Volusia Counties 29. ELC of Palm Beach 29 14. ELC of Orange 30. ELC of Broward Broward

15. ELC of Seminole 31. ELC of /Dade & Monroe Collier28 16. ELC of Lake Redlands Christian Migrant Association 30 Headquarters Dade Monroe 31 Diagram 1

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 9

3.3 DEFINITIONS After the award, said proposer will be referred to as the "contractor." For the purpose of this document, the term "Proposer" means a potential contractor acting on its own behalf and on behalf of those individuals, partnerships, firms, or corporations comprising the proposer’s team. The term "Proposal" means the complete response of the proposer to the RFP, including properly completed forms and supporting documentation. The term “contract” refers to the agreement between the Office and the contractor resulting from this RFP. A “responsive bid” is a proposal submitted by a responsive and responsible vendor which conforms in all material respects to the solicitation. “Deliverable” means a tangible, specific, quantifiable and measurable event or item that must be produced to complete a project or part of a project directly related to the scope of services.

3.4 SCHEDULE OF EVENTS EVENT DATE Request for Proposal released March 28, 2013 Questions due from prospective Proposers (Fax & E-mail acceptable and April 8 , 2013 by 4:00 p.m. preferred) Responses to questions due from the Department on behalf of the Office April 11, 2013 PROPOSALS DUE (FAX & E-MAIL NOT ACCEPTABLE) April 17, 2013 @ 10:30am Proposals opened April 17, 2013 @ 10:45am 325 West Gaines Street, Tallahassee, Florida 32399 (Room #332) Evaluation of Technical Proposals April 18 – May 2, 2013 Opening of Price Proposals May 3, 2013 325 West Gaines Street, Tallahassee, Florida 32399 (Room #332) Anticipated Posting of Intended Award (date is on or about) May 6, 2013 Anticipated beginning of work May 2013

SECTION 4 – SPECIAL INSTRUCTIONS

4.0 PRE-SOLICITATION CONFERENCE: A PRE-SOLICITATION CONFERENCE WILL NOT BE HELD.

4.1 SITE INSPECTION: A SITE INSPECTION WILL NOT BE HELD.

4.2 VISITOR’S PASS TO THE TURLINGTON BUILDING Each visitor to the Turlington Building is required to sign in and obtain a Visitor's Pass at the security desk in the main lobby. Please allow at least 15 minutes prior to Proposal due time if hand-delivering the Proposal to the Bureau of Contracts, Grants and Procurement Management Services.

4.3 PROPOSAL QUESTIONS & ANSWERS Any technical questions arising from this RFP must be forwarded, in writing, to the purchasing agent identified below. The Office's written response to written inquiries submitted timely by Proposers will be posted on the Florida Vendor Bid System (VBS) at www.myflorida.com (click on Business, then click on Doing Business with the state, under Everything for Vendors and Customers, click on the Vendor Bid System, then Search Advertisement; select the

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 10

Department of Education in the Agency drop down window and initiate search), under this Proposal number. It is the responsibility of all potential Proposers to monitor this site for any changing information prior to submitting a Proposal.

Only written inquiries from Proposers, which are submitted by the company’s authorized representative, will be recognized by the Office as duly authorized expressions on behalf of the Proposers.

WRITTEN QUESTIONS should be submitted to: Florida Office of Early Learning c/o Florida Department of Education Bureau of Contract, Grants and Procurement Management Services Attn: ReGina Fields 325 West Gaines Street, 332 Turlington Building Tallahassee, Florida 32399-0400 E-mail Address (preferred): [email protected] or Fax No.: (850) 245-0719

4.4 PROCUREMENT PROTESTS / NOTICE OF RIGHTS Pursuant to Section 120.57(3) (b), F.S.: Any person who is adversely affected by the agency decision or intended decision shall file with the agency a notice of protest in writing within 72 hours after the posting of the notice of decision or intended decision. With respect to a protest of the terms, conditions, and specifications contained in a solicitation, including any provisions governing the methods for ranking bids, proposals, or replies, awarding contracts, reserving rights of further negotiation, or modifying or amending any contract, the notice of protest shall be filed in writing within 72 hours after the posting of the solicitation. The formal written protest shall be filed within 10 days after the date the notice of protest is filed. Failure to file a notice of protest or failure to file a formal written protest shall constitute a waiver of proceedings under this chapter. The formal written protest shall state with particularity the facts and law upon which the protest is based. Saturdays, Sundays, and state holidays shall be excluded in the computation of the 72-hour time periods provided by this paragraph.

Section 120.57(3)(a) provides:

Failure to file a protest within the time prescribed in Section 120.57(3), F.S., or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under chapter 120, Florida Statute.

Florida Administrative Code (F.A.C.) Rule 28-110.002(2) defines the term “decision or intended decision,” and includes the solicitation terms (and any addenda), the award of the contract, and a rejection of all bids.

At the time of filing the Formal Written Protest, the protestor must also file a Protest Bond payable to the Office in an amount equal to 1 percent of the estimated contract amount. Section 287.042(2) (c), F.S. and F.A.C. Rule 28- 110.005 contain further terms relating to the Protest Bond, including how to determine the estimated contract amount. In lieu of a Protest Bond, the Office will accept cashier’s checks, official bank checks or money orders. The bond shall be conditioned upon the payment of all costs and charges that are adjudged against the protestor in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding.

The Notice of Protest, Formal Written Protest, and Protest Bond shall be filed with the issuing office as defined in SECTION 4.3 above.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 11

4.5 ORAL INSTRUCTIONS / CHANGES TO THE REQUEST FOR PROPOSAL (ADDENDA) No negotiations, decisions, or actions will be initiated or executed by a Proposer as a result of any oral discussions with a state employee. Only those communications which are in writing from the Bureau of Contracts, Grants and Procurement Management Services will be considered as a duly authorized expression on behalf of the Office.

Notice of changes (addenda) will be posted on the VBS, under this Proposal number. It is the responsibility of all potential Proposers to monitor this site for any changing information prior to submitting a Proposal.

4.6 MODIFICATIONS, RESUBMITTAL AND WITHDRAWAL Proposers may modify submitted Proposals at any time prior to the Proposal due date. Requests for modification of a submitted Proposal shall be in writing and must be signed by an authorized representative of the Proposer. Upon receipt and acceptance of such a request, the entire Proposal will be returned to the Proposer and not considered unless resubmitted by the due date and time. Proposers may also send a change in a sealed envelope to be opened at the same time as the Proposal. The RFP number, opening date and time should appear on the envelope of the modified Proposal.

Unless specifically requested by the Office, any amendments, revisions, or alterations to Proposals will not be accepted after the closing for the receipt of Proposals.

4.7 RESTRICTIONS ON COMMUNICATIONS WITH DEPARTMENT STAFF Proposers shall not communicate with any Department or Office staff concerning this RFP except for the Department contact person identified in SECTION 4.3 PROPOSAL QUESTIONS AND ANSWERS of this RFP. Only those communications which are in writing from the Bureau of Contracts, Grants, and Procurement Management Services shall be considered as a duly authorized response on behalf of the Office. For violation of this provision, the Office reserves the right to reject a Proposer’s Proposal.

Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a Proposal.

4.8 CONFIDENTIAL, PROPRIETARY, OR TRADE SECRET MATERIAL The Office takes its public records responsibilities as provided under Chapter 119, F.S., and Article I, Section 24 of the Florida Constitution, very seriously. If Proposer considers any portion of the documents, data or records submitted in response to this solicitation to be confidential, trade secret or otherwise not subject to disclosure pursuant to Chapter 119, F.S., the Florida Constitution or other authority, Proposer must clearly mark and identify in its Proposal those portions which are confidential, trade secret or otherwise exempt. Proposer must also simultaneously provide the Office with a separate redacted copy of its Proposal. This redacted copy shall contain the Department’s solicitation name, number, and the name of the Proposer on the cover, and shall be clearly titled “Redacted Copy.” The Redacted Copy shall be provided to the Department at the same time Proposer submits its Proposal to the solicitation and must only exclude or obliterate those exact portions which are claimed confidential, proprietary, or trade secret, or otherwise exempt. The Proposer shall also provide two (2 electronic copy (compact disc (CD), flash drive, etc.) of their Redacted Copy.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 12

Proposer shall be responsible for defending its determination that the redacted portions of its Proposal are confidential, trade secret or otherwise not subject to disclosure. Further, Proposer shall protect, defend, and indemnify the Department and the Office for any and all claims arising from or relating to Proposers’ determination that the redacted portions of its Proposal are confidential, proprietary, trade secret or otherwise not subject to disclosure.

If Proposer fails to submit a Redacted Copy with its Proposal, the Department is authorized to produce the entire documents, data or records submitted by Proposer in answer to a public records request for these records.

4.9 WITHDRAWAL OF A PROPOSAL A Proposer may withdraw a Proposal by written notice to the Department on or before the deadline specified for the receipt of Proposals in SECTION 3.4 SCHEDULE OF EVENTS of this RFP. Such written notice is to be submitted to the Issuing Office at the address specified in SECTION 4.3 PROPOSAL QUESTIONS AND ANSWERS of this RFP.

4.10 CONDITIONS TO THE PROPOSAL No conditions may be applied to any aspect of the RFP by the prospective Proposer. Any conditions placed on any aspect of the Proposal documents by the prospective Proposer may result in the Proposal being rejected as a conditional Proposal. DO NOT WRITE IN CHANGES ON ANY RFP SHEET. The only recognized changes to the RFP prior to Proposal opening will be a written addenda issued by the Department on behalf of the Office.

4.11 AWARD As in the best interest of the state, the right is reserved to award based on all or none, groups of services, or any combination thereof, to a responsive, responsible Proposer. As in the best interest of the state, the right is reserved to reject any and/or all Proposals or to waive any minor irregularity in Proposals received. Conditions which may cause rejection of Proposals include, without limitation, evidence of collusion among Proposers, obvious lack of experience or expertise to perform the required work, failure to perform, or meet financial obligations on previous contracts.

SECTION 5 – SPECIAL INSTRUCTIONS – PROPOSAL FORMAT & CONTENT

5.0 PROPOSAL SUBMISSION By submitting a Proposal, the Proposer represents that it understands and accepts the terms and conditions to be met and the character, quality and scope of services to be provided.

All Proposals and associated forms must be signed and dated in ink by a duly authorized representative of the Proposer.

Each Proposer must fully acquaint itself with the conditions relating to the performance of services under the conditions of this RFP.

All Proposal prices are to be submitted on the forms provided in this RFP. All Proposal prices must remain firm for 180 days from date of Proposal Opening.

All Proposals and related documents submitted in response to this RFP shall become the property of the state.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 13

5.1 MAIL OR DELIVER PROPOSALS TO: (Do Not Fax or E-Mail) Florida Office of Early Learning c/o Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services Attn: ReGina Fields 325 West Gaines Street 332 Turlington Building Tallahassee, Florida 32399-0400

5.2 PRELIMINARY SUBMITTAL DOCUMENTS The absence of any of these documents may result in a determination that the Proposal is non-responsive and the Proposal shall not be evaluated. The Proposal forms furnished must be used when submitting the Proposal. Forms are to be filled out in ink or typewritten. Submittal information shall consist of the following:

 TRANSMITTAL LETTER (ON COMPANY LETTERHEAD)  WORK REFERENCES: (ATTACHMENT 5)  DISCLOSURE STATEMENT: (ATTACHMENT 3)  SCRUTINIZED COMPANIES LISTS (ATTACHMENT 6) (IF APPLICABLE)  SIGNED ADDENDUM(S), IF APPLICABLE

If applicable, a copy of the Certified small, minority-, women-, and service-disabled veteran business enterprise certificate from the Department of Management Services, Office of Supplier Diversity should be enclosed. Certification must be current at the time of the Proposal opening.

5.3 TRANSMITTAL LETTER The Proposer shall provide a Transmittal Letter (on Company Letterhead) that contains the following:

1. A statement certifying that the person signing the Proposal is authorized to represent the Proposer and bind the Proposer relative to all matters contained in the Proposer's Proposal.

2. The company’s federal tax identification number.

3. A statement certifying that the Proposer has read, understands, and agrees to comply with all provisions of this RFP.

4. A statement certifying that the Proposer is authorized to conduct business in Florida in accordance with the provisions of Chapter 607, F.S. In lieu of such statement, the Proposer alternatively must certify that authorization to do business in Florida will be secured prior to the award of the contract.

5. A statement certifying that the Proposer is registered on the MyFloridaMarketPlace website in accordance with the provisions by the state of Florida. In lieu of such statement, the Proposer must alternatively certify that such registration authorization will be completed prior to the award of the contract.

6. A statement certifying that the Proposer has electronically registered a valid W-9 with the Department of Financial Services (DFS). DFS is ready to assist any vendors with questions, and vendors must submit their W- 9 forms electronically at https://flvendor.myfloridacfo.com. Contact the DFS Customer Service Desk at (850) 413-5519 or [email protected] with any questions.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 14

Failure of a Proposer to provide the above may result in a non-responsive determination by the Office. Proposals found to be non-responsive will not be considered, unless the non-compliance is waived, in the Office’s discretion, as a minor irregularity.

5.4 PROPOSAL FORMAT INSTRUCTIONS This section contains instructions that describe the required format for the Proposal. All Proposals submitted shall contain 2 parts and be marked as follows:

PART I TECHNICAL PROPOSAL NUMBER RFP 2013-51 (One Separately Sealed Package for Technical)

PART II PRICE PROPOSAL NUMBER RFP 2013- 51 (One Separately Sealed Package for Price)

THE SEPARATELY SEALED PACKAGES MAY BE MAILED TOGETHER IN ONE ENVELOPE OR BOX.

5.4.1 Technical Proposal (Part I) (9 hard copies) (Do not include price information in Part I)

The Proposer must submit one (1) original in hard copy, eight (8) hard copies and two (2) in electronic format (compact disc (CD), flash drive, etc.) copies in Microsoft Word 5.0 or higher, or Adobe Acrobat of the Proposal which is to be divided into the sections described below. SECTION 5.2 PRELIMINARY SUBMITTAL DOCUMENTS must be included in the Technical Proposal portion of the Proposal. Since the Office will expect all Technical Proposals to be in this format, failure of the Proposer to follow this outline may result in the rejection of the Technical Proposal. The Technical Proposal must be submitted in a separate sealed package marked "TECHNICAL PROPOSAL NUMBER RFP 2013-51 ". 1. EXECUTIVE SUMMARY The Proposer shall provide an Executive Summary summarizing the Proposer’s overall capabilities for meeting the product and services specified herein. The Executive Summary shall not exceed three pages. Any information provided beyond three pages will not be considered in the evaluation. The Proposer shall, at a minimum, provide summary responses to the following; a. Qualifications and history of the company; b. Description of past projects involving statewide early childhood or K-12 student level assessment instrument data analysis; c. Brief description of proposed approach to the analysis of statewide early childhood assessments; d. Brief description of how the company’s experience in research and analysis may benefit Florida stakeholders (parents, children, child care providers, taxpayers, and local communities); and e. Brief description of prior involvement in the development, administration and scoring of student assessments.

2. PROPOSER'S MANAGEMENT PLAN The Proposer shall provide a management plan which describes administration, management and key personnel. The work tasks identified in the Scope of Work and Deliverables constitute a large and complex project that requires a number of skills and competencies working together to successfully complete the project. The contractor shall provide a sufficient number of qualified personnel to work closely with the Office to manage the contract. The Proposer must demonstrate personnel assigned to the project possess qualifications and competencies of the position to which they are assigned. The Office requires that assigned personnel perform satisfactorily all responsibilities of the assigned position. RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 15

a. Administration and Management The Proposer shall include a description of the organizational structure and management style established and the methodology to be used to control costs, provide reliable services and to maintain schedules; as well as the means of coordination and communication between the organization and the Office. The Proposer shall submit documentation addressing diversity and describing the efforts being made to encourage the participation of small, minority-owned, women-owned, and service-disabled veteran-owned business enterprises.

b. Identification of Key Personnel The Proposer shall provide the names of key personnel on the Proposer's team, as well as a resume for each proposed individual and a description of the functions and responsibilities of each key person relative to the task(s) each person will perform. The Proposer shall also indicate the approximate percent of time to be devoted exclusively for this project and to the assigned tasks. Proposers shall propose personnel that have demonstrated experience in the area of educational measurement, especially in comparing psychometric properties between different assessment instruments. The Proposer shall clearly define the roles of individuals, including a team leader and the staff who will develop the statistical data analysis. The contractor must use the key personnel submitted in its Proposal and approved by the Office. The Office will deem changing key personnel without the Office’s prior consent, which the Office may refuse at its discretion, a breach of the resulting agreement.

The Proposer may choose to employ subcontractors to complete one or more tasks. If the Proposer plans to use subcontractors for any portion of the work activities, the Proposer must name the subcontractor(s) and document the experience and qualifications of the subcontractor(s) in performing tasks identical to those the Proposer will be asking them to do. A separate chart in the reply will identify all of the subcontractors proposed to be involved in the project and the services the Proposer expects them to provide.

3. PROPOSER’S QUALIFICATIONS AND EXPERIENCE The Proposer shall provide at least three (3) references, which demonstrate efforts comparable to the one described in this RFP. The Department reserves the right to contact the references regarding the services provided. Any information provided will be subject to the requirements of the Florida Public Records Law Chapter 119, Florida Statute.

The Proposer shall provide a detailed description of its qualifications and prior experience performing tasks similar to those required in this Proposal. Proposer shall propose personnel that have demonstrated experience in the area of educational measurement, especially in comparing psychometric properties between different assessment instruments.

To complete the documentation of qualifications and experience, the Proposer must document the contracted services for previous inventory and analysis of multiple sources of data similar to the one described in this RFP and any other projects the Proposer believes will document its organizational capability. For each, the documentation shall include a description of the services and products delivered; the contract period; and the name, address, telephone number and email address of a contact person for each of the contracting agencies.

The Proposer also shall provide examples of materials that demonstrate the quality of the work the Proposer performed on similar projects.

The Proposer shall describe why the Florida State Advisory Council can be confident that the Proposer’s organization has the resource capacity to perform a project of the nature and scope requested by this RFP. The Proposer should give special attention providing assurances regarding completion of the project within the specified timelines.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 16

4. PROPOSER'S TECHNICAL PLAN The Proposer shall provide a technical plan to address the components which are described in the Scope of Services (SECTION 7.0). When reviewing the RFP and preparing a proposal, Proposers must take into account the following information: a. Scope of Services, Deliverables, and associated attachments of this RFP describe the work tasks designed to implement the Office’s award for an early care and education needs assessment. Proposers shall explain in detail their plans for completing the work tasks. The Proposer must address separately in the Technical Plan each of the work tasks in the Scope of Services and Deliverables in the order in which they are presented in this RFP. The plan must convey an understanding of the requirements of each work task and explain proposed processes and solutions for accomplishing all work tasks. The plan shall also include a proposed schedule of deliverables based on the Deliverables Table in section 7.1 with estimated dates of delivery for each deliverable. Proposed dates should show a logical and timely progression of work throughout the project time period. b. The Proposer must provide a completed Technical Plan Reviewer Worksheet (Attachment 8) with their proposal. The Proposer shall provide the page(s) or document number(s) where their proposed solution to the requirement listed in the reviewer worksheet can be found. c. The work tasks identified in SECTIONS 7.0 and 7.1 represent a common basis for the evaluation of proposals. Proposals must be designed to meet all requirements of the RFP. The Office may reject, at any stage of the proposal evaluation process, Proposals that do not completely represent the scope and nature of the work tasks stated in this RFP or otherwise attempt to limit or redefine the work tasks stated in this RFP in either the technical or cost sections of the proposal. d. Time constraints of the grant necessitate a restricted timeline to complete the work. The Contractor must complete work by August 31, 2013. Proposers shall propose efficient and innovative procedures to meet this timeline and must demonstrate in their proposals that they have the capability and are willing to commit the human and technological resources needed to complete the project in the time required. e. The fundamental purpose of Early Care and Education Pre-and-Post Assessment Analysis and Report is to provide accurate statewide data and analysis on early care and education pre-and-post assessment instruments currently in use by the early learning coalitions. The contractor will use every means required to ensure the correctness of information created by the project. The contractor is responsible for correcting, at the contractor’s expense, any errors arising from activities that are the contractor’s responsibility. This may involve activities such as conducting analyses to identify the cause and extent of errors.

5.4.2 Price Proposal (Part II) (8 hard copies)

The Proposer must submit 1 original hard copy, 7 hard copies, and 2 electronic format (compact disc (CD), flash drive, etc.) copies in Microsoft Excel 5.0 or higher or Adobe Acrobat.. The Price Proposal information shall be submitted on the forms provided in the RFP. The Price Proposal information is to be submitted in a separate sealed package marked "PRICE PROPOSAL NUMBER RFP 2013-51".

Presenting the Proposal The Proposal shall be limited to a page size of 8½" x 11". Type size shall not be less than a 12 point font. The Proposal shall contain a table of contents, be typed single-spaced and have separate parts, each clearly labeled including page numbers. The information to be contained in each part is described in the above sections. The absence of information or the organization of information in a manner inconsistent with the requirements of this RFP may result in the rejection of the Proposal. Bindings and covers will be at the Proposer's discretion; however, elaborate notebooks/hard back binders are discouraged.

Unnecessarily elaborate brochures, artwork, expensive paper and expensive visual and other presentation aids are neither necessary nor desired.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 17

The overall response must be written in a concise manner, which is conducive to effective evaluation and product selection.

All proposed materials must be packaged so that each box of materials shipped to the Department does not exceed 25 pounds.

SECTION 6 – SPECIAL CONDITIONS

6.0 AUTHORIZED TO DO BUSINESS IN THE STATE OF FLORIDA Foreign corporations and foreign limited partnerships must be authorized to do business in the state of Florida. Domestic corporations must be active and in good standing in the state of Florida. Such authorization and status should be obtained by the Proposal due date and time, but in any case, must be obtained prior to posting of the intended award. For authorization, contact:

Florida Department of State Tallahassee, Florida 32399 (850) 245-6053

6.1 LICENSED TO CONDUCT SERVICES IN THE STATE OF FLORIDA If the services being provided require that individuals be licensed by the Florida Department of Business and Professional Regulation or any other state or federal agency, such licenses should be obtained by the Proposal due date and time, but in any case, must be obtained prior to posting of the intended award. For state licensing, contact:

Florida Department of Business and Professional Regulation Tallahassee, Florida 32399-0797 (850) 487-9501

6.2 OTHER CONDITIONS Other conditions which may cause rejection of Proposals include, without limitation, evidence of collusion among Proposers, obvious lack of experience or expertise to perform the required work, failure to perform or meet financial obligations on previous contracts.

6.3 IDENTICAL EVALUATION OF PROPOSALS Whenever 2 or more Proposals which are equal with respect to price, quality, and service are received, the Department in conjunction with the Office will determine the order of award using the criteria established in 60A- 1.011, F.A.C. The "Drug-Free Workplace Program Certification" can be found as Attachment ‘2’.

6.4 DISCLOSURE STATEMENT The Disclosure Statement Form (Attachment ‘3’) must be signed and submitted with the Proposal response.

6.5 DIVERSITY IN CONTRACTING The State of Florida is committed to supporting its diverse business industry and population through ensuring participation by minority-, women-, and service-disabled veteran business enterprises in the economic life of the state. The state of Florida Mentor Protégé Program connects minority-, women-, and service-disabled veteran business enterprises with private corporations for business development mentoring. We strongly encourage firms doing business with the state of Florida to consider this initiative. For more information on the Mentor Protégé Program, please contact the Office of Supplier Diversity at (850) 487-0915.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 18

The state is dedicated to fostering the continued development and economic growth of small, minority-, women-, and service-disabled veteran business enterprises. Participation by a diverse group of vendors doing business with the state is central to this effort. To this end, it is vital that small, minority-, women-, and service-disabled veteran business enterprises participate in the state’s procurement process as both contractors and sub-contractors in this solicitation. Small, minority-, women-, and service-disabled veteran business enterprises are strongly encouraged to contribute to this solicitation.

The Proposer shall submit documentation addressing diversity and describing the efforts being made to encourage the participation of small, minority-, women-, and service-disabled veteran business enterprises.

Information on Certified Minority Business Enterprises (CMBE) and Certified Service-Disabled Veteran Business Enterprises (CSDVBE) is available from the Office of Supplier Diversity at http://dms.myflorida.com/other_programs/office_of_supplier_diversity_osd/.

6.6 CONTRACTUAL OBLIGATIONS The Office’s Standard Contract Terms and Conditions are incorporated in this RFP (Attachment 7) and will govern the relationship between the Office and the contractor. Proposal(s) submitted by the successful Proposer(s) shall be incorporated into the final contract(s).

6.7 METHOD OF PAYMENT Compensation and payment will be made in accordance with the terms and conditions of the contract. The estimated amount of Federal funding to be used to fund the early care and education needs assessment anticipated during the contract period is 100% of the total annual contract amount. The estimated amount of State funding to be used to fund the early care and education needs assessment anticipated during the contract period is 0% of the total annual contract amount.

6.8 SUSPENDED VENDOR LIST A company placed on the Suspended Vendor List may not submit a Proposal or be awarded a contract to provide any goods or services pursuant to Rule 60A-1.006 F.A.C. The “Suspended Vendor List” is published at www.myflorida.com under the category Business then Doing Business with the State.

6.9 SUB-CONTRACTNG This contract or any portion thereof, shall not be sub-contracted without the prior written approval of the Office. No sub-contract shall, under any circumstances, relieve the contractor of their liability and obligation under this contract; and despite any such sub-contracting the Office shall deal through the contractor, which shall retain the legal responsibility for performing the contractor’s obligations.

The primary contractor shall report all small, minority-, women-, and service-disabled veteran business enterprise sub-contractors, identifying the Name, Address, Type of Certification and Dollar Amount on the Utilization Summary form, attached as Attachment “4”. The contractor shall provide a list of subcontractors to the Office’s contract manager upon execution of the Contract. The prime contractor shall provide the Utilization Summary form with each invoice submitted for payment. The form must be submitted with all invoices, regardless if funds have not been spent with a small, minority-, women-, and service-disabled veteran business enterprise sub-contractor for the period covered by the invoice. The DMS Office of Supplier Diversity will assist in furnishing names of qualified small, minority-, women-, and service-disabled veteran business enterprises. The Office of Supplier Diversity can be reached at (850) 487-0915; the Internet Web address is http://dms.myflorida.com/other_programs/office_of_supplier_diversity_osd/

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 19

6.10 SUBMISSION OF PROPOSALS BY SUBSIDIARIES OR AFFILIATES A Proposer, its subsidiaries, affiliates, or related entities shall be limited to one Proposal. Submission of more than one Proposal per activity by a Proposer will cause the rejection of all Proposals submitted by the Proposer. A subsidiary or affiliate of a prime Proposer may also be included as a subcontractor in another Proposer’s Proposal.

6.11 COSTS INCURRED IN RESPONDING This RFP does not commit the Office or any other public agency to pay any costs incurred by the Proposer in the submission of a Proposal or to make necessary studies or designs for the preparation thereof, nor to procure or contract for any articles or services.

6.12 PROHIBITION OF GRATUITIES By submission of a Proposal, the Proposer certifies that no elected or appointed official or employee of the state of Florida has or will benefit financially or materially from this procurement. Any contract arising from this procurement may be terminated by the Office if it is determined that gratuities of any kind were either offered to or received by any of the aforementioned officials or employees from the Proposer or its agents or employees.

6.13 INDEPENDENT PRICE DETERMINATION A Proposer shall not collude, consult, communicate, or agree with any other Proposer regarding this procurement as to any matter relating to the Proposer’s Proposal.

6.14 PERFORMANCE BOND The contractor shall supply to the Office a Performance Bond in the amount of 10% of the amount of the annual award. The surety shall be in a form acceptable to the Office, such as a bond, cashier’s check, certified check or money order. A Surety must be authorized to do business in the state of Florida. The Performance Bond shall be executed and furnished to the Office 10 calendar days prior to the contractor beginning work under the contract. A performance bond is not required from Florida state universities.

6.15 PARTICIPATION IN FUTURE STAGES OF THIS PROJECT As stated in Chapter 287.057 F.S (18), a person who receives a contract that has not been procured pursuant to subsections (1) through (5) to perform a feasibility study of the potential implementation of a subsequent contract, who participates in the drafting of a solicitation or who develops a program for future implementation, is not eligible to contract with the agency for any other contracts dealing with that specific subject matter, and any firm in which such person has any interest is not eligible to receive such contract. However, this prohibition does not prevent a vendor who responds to a request for information from being eligible to contract with an agency.

6.16 ACCESSIBLE ELECTRONIC INFORMATION TECHNOLOGY Proposers submitting Proposals to this solicitation must provide electronic and information technology resources in complete compliance with the accessibility standards provided in Sections 282.601-282.606, F.S., and Rule 60-8.002, F.A.C. These standards establish a minimum level of accessibility.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 20

SECTION 7 – SCOPE OF SERVICES

7.0 SCOPE OF SERVICES A. Terms and Definitions 1.0 Pre-and-Post Assessment Instrument – An instrument that documents children’s learning and development over a period of time and provides information for the purpose of informing care and education offered and demonstrating learning gains about a child’s progress in the major domains which may include but are not limited to, health/physical development, social/emotional, process learning, language, literacy, and cognition. 2.0 Early Learning Coalition (ELC) - Part of a system of 31 statutorily-created local entities in Florida that implement early learning programs at the local level including, but not limited to, the School Readiness Program, Child Care Resource and Referral Program (CCR&R), Child Care Executive Partnership (CCEP) Program, and the Voluntary Prekindergarten Education (VPK) Program. Each coalition implements an approved plan that includes a comprehensive program of School Readiness services that enhance the cognitive, social and physical development of children to achieve the performance standards and outcome measures the Florida Office of Early Learning specifies. 3.0 Head Start - A group of national school readiness programs that provides comprehensive education, health, nutrition, and parent involvement services to children from low-income families. The Office of Head Start (OHS), within the Administration of Children and Families of the Department of Health and Human Services, awards grants directly to public and private agencies on a competitive basis to provide these comprehensive services to specific communities for the purpose of operating Head Start, Early Head Start and Migrant and Seasonal Head Start programs at the community level. Head Start, Early Head Start and Migrant and Seasonal Head Start grantees provide the services as described in the Head Start Performance Standards and in accordance with the Head Start Act of 2007. The Office of Head Start is responsible for oversight of these grantees, to ensure the performance standards are met and the best quality of care is provided to the enrolled children. 4.0 Head Start Grantee - Any local public or private nonprofit agency, including community-based and faith- based organizations, or for-profit agency, within a community, designated to operate a Head Start program in the manner and process utilized by the Secretary of Health and Human Services in accordance with the enactment of the Improving Head Start for School Readiness Act of 2007. Head Start Grantee is the collective term used for all grantees including Early Head Start Grantees and Migrant and Seasonal Head Start Grantees. 5.0 Office of Early Learning – The Office of Early Learning is the governmental entity providing oversight and administration for early learning programs in Florida consisting of, but not limited to, the School Readiness Program (child care subsidies), CCR&R, CCEP Program, and the VPK Education Program and is the acting fiscal agent for the State Advisory Council. 6.0 Multiple Data Points – The representative data of multiple assessments conducted over a period of time on a single child. 7.0 Psychometrics – A methodology to quantify the precision of measurement in test items. 8.0 Pre-and-Post Assessment – Assessments administered at the beginning and at the end of a program of instruction. 9.0 Redlands Christian Migrant Association (RCMA) - RCMA provides School Readiness, Voluntary Pre- Kindergarten, Child Care Resource and Referral and Child Care Executive Partnership services to eligible children and families of the seasonal and migrant farm worker community.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 21

10.0 School Readiness Program - The School Readiness program, which the Office of Early Learning administers, provides eligible parents financial assistance for child care to enable them to become self- sufficient. 11.0 State Advisory Council on Early Education and Care – The State Advisory Council on Early Education and Care (State Advisory Council) established in 2010 through the Head Start Reauthorization Act of 2007. Florida State Advisory Council serves as an advisory body to the Florida Children and Youth Cabinet and works in partnership with state agencies and statewide organizations on behalf of young children and their families. 12.0 Statistical Methods The analytical and computational methods for measuring aspects of a set of data, including descriptive statistics and inferential analysis. 13.0 Task Performance – A child assessment technique that requires the child to complete a specific activity demonstrating certain skills. 14.0 Voluntary Prekindergarten Education Program – The Voluntary Prekindergarten (VPK) Education Program designed to prepare four-year-olds for kindergarten. B. Services to be Provided 1.0 Project Plan Within 21 calendar days of contract signing, the Contractor shall submit a detailed draft project plan setting forth the project goals, objectives, deliverables, and timelines for project benchmarks related to each deliverable. The draft plan will clearly establish roles, responsibilities and the level of effort the Contractor expects of all participants. The draft plan will include procedures for documenting and tracking progress toward meeting the established goals and objectives. It will also stipulate how the contractor will manage any modifications or adjustments to the project. The draft project plan shall include a description of how the Contractor shall accomplish the tasks in Section 2.0. For this detailed draft project plan, the Office will review and provide to the contractor approval/disapproval and any recommended changes within ten (10) calendar days (excluding holidays) after the contractor delivers the plan. By close of business ten (10) calendar days following approval of the draft project plan, the contractor shall submit to the Office a final project plan based on and incorporating the draft that the Contractor has modified to incorporate the Office’s feedback. 2.0 Data Collection 2.1 The Contractor shall compile an inventory describing the types of pre-and-post assessments and the process used by the 31 early learning coalitions, RCMA and 45 Head Start grantees. Data shall be collected and cataloged in a manner that shall allow for separate reporting of early learning coalition findings and Head Start grantee findings. The inventory shall: 2.1.1 Be based on the geographic boundaries that make up the early learning coalitions, RCMA and Head Start grantees; 2.1.2 Describe all of the current pre-and-post assessments in use in the 31 early learning coalitions, RCMA and Head Start grantees; 2.1.3 Describe, by ELC, RCMA and by Head Start grantee, the support activities related to the administration and scoring of the pre-and-post assessments including, but not limited to, staff time, technical assistance and materials; and 2.1.4 Describe, by early learning coalition, RCMA and by Head Start grantee, how many children are assessed, what age, how often and the number of providers participating in the assessment.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 22

2.2 The inventory shall include pre-and-post assessment data elements including, but not limited to: 2.2.1 Name of the assessment, 2.2.2 Publisher of the assessment, 2.2.3 Developer(s) of the assessment, 2.2.4 Versions and Publication Date(s), 2.2.5 Type of assessment (e.g., observational, formal, informal, etc.), 2.2.6 Norm referenced (Y/N), 2.2.7 Criterion referenced (Y/N), 2.2.8 Purposes of the assessment: 2.2.8.1 Diagnostic, 2.2.8.2 Screening, 2.2.8.3 Instructional/curriculum, and 2.2.8.4 Progress monitoring. 2.2.9 Reported Validity, 2.2.10 Reported Reliability, 2.2.11 Other psychometric properties, such as the population upon which the assessment was normed, 2.2.12 Administration of the assessment to include: 2.2.12.1 Time to administer, 2.2.12.2 Ease of use, 2.2.12.3 Ease of administration, and 2.2.12.4 Assessor qualifications and certification. 2.2.13 Scoring method by instrument, 2.2.14 Type of data gathering methods to include: 2.2.14.1 Naturalistic/observational, 2.2.14.2 Class setting, 2.2.14.3 Task performance , 2.2.14.4 At-home, 2.2.14.5 Parent Input, 2.2.14.6 Individually, and 2.2.14.7 Multiple data points. 2.2.15 Reporting of data, 2.2.16 Data management system including: 2.2.16.1 Availability (Y/N), 2.2.16.2 Levels of data aggregation, RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 23

2.2.16.3 Web-based user interface (Y/N), and 2.2.16.4 Administrative levels including parent, teacher, center, multiple site, and state. 2.2.17 Appropriate or targeted age groups, 2.2.18 Domains and Sub-Domains, 2.2.19 Available Languages, 2.2.20 Cultural Sensitivity, 2.2.21 Description of use with children with disabilities, 2.2.22 Description of use with English language learners, and 2.2.23 Parent or family involvement. 2.3 The Contractor shall determine and describe the alignment of each assessment instruments identified in subsection 2.1 to the domains established in Florida’s Early Learning and Developmental Standards: Birth-Five (Standards): http://www.floridaearlylearning.com/Documents/Policy- Forms/Form_OEL-SR_30_Florida_Early_Learning_and_Developmental_Standards_091412.pdf 2.3.1 Findings developed through the Contractor’s research shall be independent of those issued by the assessment’s publisher. 2.3.2 Findings shall be presented in a Table of Alignment for each assessment, including a list of the assessment instrument’s domain and subdomain item numbers, and the domains and subdomains listed. 2.3.3 Alignments shall be aggregated by each assessment instrument and in a master crosswalk table that includes all applicable assessment instrument elements and all the domains and subdomains in the Standards. 2.4 The Contractor shall determine and describe the alignment of each domain and subdomain of all assessment instruments identified in subsection 2.1 to each other. 2.4.1 Findings developed through the Contractor’s research shall be independent of those issued by the assessment’s publisher. 2.4.2 Findings shall be presented in a Table of Domain and Sub-Domain Alignment for all assessment instrument’s domain and subdomains. 2.4.3 Alignments shall be aggregated by each assessment instrument and in a crosswalk table that includes all the domains and subdomains in all identified assessment instruments. 3.0 Summary of Initial Findings Report 3.1 Contractor’s Responsibilities. The Contractor shall provide a draft Summary of Initial Findings Report to the Office of Early Learning. Data for the early learning coalitions, RCMA and Head Start grantees shall be aggregated and reported separately. The report shall include, but is not limited to: 3.1.1 An inventory of pre-and-post assessment instruments from the findings resulting from the tasks in Section 2.0, per the specifications set forth in subsection 2.1, 3.1.2 A compendium of assessment instrument specifications from the findings resulting from the tasks in Section 2.0, per the specifications set forth in subsection 2.2, 3.1.3 A Table of Alignment per the specifications set forth in subsection 2.3, and

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 24

3.1.4 A Table of Domain and Sub-Domain Alignment per the specifications set forth in subsection 2.4. 3.2 The Contractor shall provide a Final Summary of Initial Findings Report to the Office for approval based on and incorporating the approved draft report detailed in subsection 3.1 including any edits or recommendations provided by the Office. 3.3 Office of Early Learning’s Responsibilities. 3.3.1 Review and provide approval/disapproval and any recommendations to the Contractor within ten (10) calendar days of receipt of the draft Summary of Initial Findings Report. 3.3.2 Review and provide approval/disapproval to the Contractor within ten (10) calendar days of receipt of the final Summary of Initial Findings. 4.0 Assessment Analysis Plan 4.1 Contractor’s Responsibilities. 4.1.1 Develop a draft Assessment Analysis Plan based on the data available resulting from the tasks detailed in subsections 2.0 and 3.0 above and submit to the Office of Early Learning for approval. At a minimum, the plan shall address: 4.1.1.1 Development of a table of alignment of domains in each preschool assessment instrument identified in subsection 2.0 with the domains in the kindergarten assessments including the Florida Kindergarten Readiness Screener (FLKRS), a subset of the Early Childhood Observation System™ (ECHOS™) and the first two measures of the Dynamic Indicators of Basic Early Literacy Skills™ (DIBELS™) for kindergarten and the Stanford Early School Achievement Test (SESAT), 4.1.1.2 Development of a correlation matrix that analyzes the psychometric properties of each preschool assessment instrument identified in subsection 2.0 with the set of kindergarten assessment instruments described in section 5.1, and 4.1.1.3 Based on strong alignment of domains and robust psychometric properties, how to determine which preschool assessment instruments identified in subsection 2.0 would have the greatest likelihood of predictive validity for future performance on the kindergarten assessment instruments described in section 5.0. 4.1.2 Conduct a meeting in person or via webinar with the Office of Early Learning project staff within ten (10) calendar days of receiving approval/disapproval of the draft Assessment Analysis Plan from the Office of Early Learning, in person or by webinar, to review the Summary of Initial Findings Report, draft Statistical Analysis Plan elements, goals, timelines and any Office recommendations. 4.1.3 Develop a final Statistical Analysis Plan for approval within ten (10) calendar days of the Contractor-conducted meeting or webinar based on and incorporating the approved draft Assessment Analysis Plan including any edits or recommendations provided by the Office following review of the draft report and during the meeting or webinar. 4.2 Office of Early Learning’s Responsibilities. 4.2.1 Review and provide approval/disapproval of and any recommendations to the Contractor within ten (10) calendar days of receipt of the draft Statistical Analysis Plan, 4.2.2 Participate in a Contractor-conducted meeting or webinar to review Statistical Analysis Plan elements, goals, timelines and recommendations by the Office, and

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 25

4.2.3 Review and provide approval/disapproval to the Contractor within ten (10) calendar days of receipt of the final Statistical Analysis Plan. 5.0 Analysis of Assessment Instruments The Contractor shall: 5.1 Develop a table of alignment of domains in each preschool assessment instrument identified in subsection 2.0 with the domains in the kindergarten assessments including the Florida Kindergarten Readiness Screener (FLKRS), a subset of the Early Childhood Observation System™ (ECHOS™) and the first two measures of the Dynamic Indicators of Basic Early Literacy Skills™ (DIBELS™) for kindergarten and the Stanford Early School Achievement Test (SESAT). 5.2 Develop a correlation matrix that analyzes the psychometric properties of each preschool assessment instrument identified in subsection 2.0 with the set of kindergarten assessment instruments described in section 5.1. 5.3 Based on strong alignment of domains and robust psychometric properties, determine which preschool assessment instruments identified in subsection 2.0 would have the greatest likelihood of predictive validity for future performance on the kindergarten assessment instruments described in section 5.1. 6.0 Early Care and Education Pre-and-Post Assessment Report 6.1 Contractor Responsibilities. 6.1.1 Develop and deliver to the Office of Early Learning a comprehensive draft Florida Early Care and Education Pre-and-Post Assessment Report that shall include, at a minimum: 6.1.1.1 A detailed description of methodology and data sources used for all objectives, 6.1.1.2 A summary of the Contractor’s findings from the analysis described in Section 5.0, limitations of the analysis and the overall quality of the operations performed, 6.1.1.3 A table of alignment of domains in each preschool assessment instrument identified in subsection 2.0 with the domains in the kindergarten assessments including the Florida Kindergarten Readiness Screener (FLKRS), a subset of the Early Childhood Observation System™ (ECHOS™) and the first two measures of the Dynamic Indicators of Basic Early Literacy Skills™ (DIBELS™) for kindergarten and the Stanford Early School Achievement Test (SESAT, 6.1.1.4 A correlation matrix that analyzes the psychometric properties of each preschool assessment instrument identified in subsection 2.0 with the set of kindergarten assessment instruments described in section 5.1., 6.1.1.5 A determination which preschool assessment instruments identified in subsection 2.0 would have the greatest likelihood of predictive validity for future performance on the kindergarten assessment instruments described in section 5.1., and 6.1.1.6 An annotated bibliography. 6.1.2 Findings for the early learning coalitions, RCMA and the Head Start grantees shall be reported separately within the overall report. 6.1.3 The format for the written portions of the deliverable shall be Microsoft Word 2007 or above. For tables and charts use Microsoft Excel 2007 or above. The contractor shall submit draft documents in electronic format.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 26

6.1.4 Within ten (10) calendar days following approval of the draft Florida Early Care and Education Pre-and-Post Assessment Report, develop and deliver to the Office a comprehensive final Florida Early Care and Education Pre-and-Post Assessment Report for approval. The final report shall be based on and incorporate the approved draft Florida Early Care and Education Pre-and-Post Assessment Report. The report shall include any edits or recommendations provided by the Office following review of the draft report. The final report shall: 6.1.4.1 Be submitted in both electronic and hard copy per the specification in subsection 6.1.3, 6.1.4.2 Include all data sets used for the analysis in an organized electronic format (e.g., memory device or DVD with a sub- menu), and 6.1.4.3 Include a print-ready Adobe.pdf version suitable for publication. 6.2 Office of Early Learning’s Responsibilities. 6.2.1 Review and provide approval/disapproval and any recommendations to the Contractor within ten (10) calendar days of receipt of the draft Early Care and Education Pre-and-Post Assessment Report.

6.2.2 Review and provide approval/disapproval and any recommendations to the Contractor within ten (10) calendar days of receipt of the final Early Care and Education Pre-and-Post Assessment Report. 7.1 DELIVERABLES

The Deliverable(s) required to be received and approved, the schedule of progress payments, and the projected payment dates are set forth below. The actual date of payment shall be governed by the receipt and approval of the Deliverable(s), not by the projected payment date which is included to assist in planning the Contract activities and managing the project.

A. Deliverables Table

Evidence of Due Date Deliverable Completion 1. Project Plan a. Within 21 calendar days of contract signing, the Contractor shall submit to the Office a Approved Draft Within 21 detailed draft project plan setting forth the project goals, objectives, deliverables, and Project Plan calendar days timelines for project benchmarks related to each deliverable. The draft plan will clearly shall serve as of contract establish roles, responsibilities and the level of effort the Contractor expects of all evidence of signing participants. The draft project plan will include procedures for documenting and completion tracking progress toward meeting the established goals and objectives. It will also stipulate how the contractor will manage any modifications or adjustments to the project. The draft project plan shall include a description of how the Contractor shall accomplish the tasks in Section 2.0.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 27

Evidence of Due Date Deliverable Completion b. Specific deliverable associated with this task: By close of business ten (10) calendar Approved Final By close of days following approval of the draft project plan by the Office, the Contractor shall Project Plan business ten submit a Final Project Plan to the Office setting forth the project goals, objectives, shall serve as (10) calendar deliverables, and timelines for project benchmarks related to each deliverable and evidence of days following based on the approved Draft Project Plan and incorporating any edits or completion approval of the recommendations provided by the Office following review of the draft report. draft project plan by the Office 2. Summary of Initial Findings Report a. Specific deliverable associated with this task: The Contractor shall provide a draft Approved Draft Date proposed Summary of Initial Findings Report to the Office of Early Learning. Data for the Summary of by the Vendor early learning coalitions, RCMA and Head Start grantees shall be aggregated and Initial Findings and approved reported separately. The report shall include, but is not limited to: Report by the Office 1. An inventory of pre-and-post assessment instruments from the findings resulting from the tasks in Section 2.0, per the specifications set forth in subsection 2.1, 2. A compendium of assessment instrument specifications from the findings resulting from the tasks in Section 2.0, per the specifications set forth in subsection 2.2, 3. A Table of Alignment per the specifications set forth in subsection 2.3., and 4. A Table of Domain and Sub-Domain Alignment per the specifications set forth in subsection 2.4. b. Specific deliverable associated with this task: By close of business ten (10) calendar Approved Final By close of days following approval of the draft Summary of Initial Findings Report by the Office, Summary of business ten the Contractor shall provide a final Summary of Initial Findings Report to the Office Initial Findings (10) calendar for approval based on and incorporating the approved draft Project Plan. The final Report days following plan shall include any edits or recommendations provided by the Office following approval of the review of the draft report. draft Summary of Initial Findings Report by the Office 3. Assessment Analysis Plan a. Specific deliverable associated with this task: Develop a draft Assessment Approved draft Date proposed Analysis Plan based on the data available resulting from the tasks detailed in Assessment by the Vendor subsections 2.0 and 3.0 and submit to the Office of Early Learning for approval. At Analysis Plan and approved a minimum, the plan shall address: by the Office 1. Development of a table of alignment of domains in each preschool assessment instrument identified in subsection 2.0 with the domains in the kindergarten assessments including the Florida Kindergarten Readiness Screener (FLKRS), a subset of the Early Childhood Observation System™ (ECHOS™) and the first two measures of the Dynamic Indicators of Basic Early Literacy Skills™ (DIBELS™) for kindergarten and the Stanford Early School Achievement Test (SESAT)., 2. Develop a correlation matrix that analyzes the psychometric properties of

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 28

Evidence of Due Date Deliverable Completion each preschool assessment instrument identified in subsection 2.0 with the set of kindergarten assessment instruments described in section 5.1, and 3. Based on strong alignment of domains and robust psychometric properties, how to determine which preschool assessment instruments identified in subsection 2.0 would have the greatest likelihood of predictive validity for future performance on the kindergarten assessment instruments described in section 5.0. b. Specific deliverable associated with this task: Conduct a meeting in person or via Documentation Within ten (10) webinar with the Office of Early Learning project staff within ten (10) calendar days of meeting or calendar days of receiving approval/disapproval of the draft Assessment Analysis Plan from the webinar of receiving Office of Early Learning, in person or by webinar, to review the Summary of Initial including time, approval/disap Findings Report, draft Assessment Analysis Plan elements, goals, timelines and date and a list proval of the any Office of Early Learning recommendations. of participants draft Statistical Analysis Plan from the Office of Early Learning c. Specific deliverable associated with this task: Develop a final Assessment Approved final Within ten (10) Analysis Plan for approval and deliver to the Office within ten (10) calendar days Assessment calendar days of the Contractor-conducted meeting or webinar based on and incorporating the Analysis Plan of receiving approved draft Statistical Analysis Plan including any edits or recommendations approval/disap provided by the Office of Early Learning following review of the draft plan and proval of the during the meeting or webinar. final Analysis Plan from the Office of Early Learning 4. Early Care and Education Pre-and-Post Assessment Report a. Specific deliverable associated with this task: Approved draft Date proposed 1. Develop and deliver to the Office of Early Learning a comprehensive draft Early Care and by the Vendor Florida Early Care and Education Pre-and-Post Assessment Report that Education Pre- and approved shall include, at a minimum: and-Post by the Office a) A detailed description of methodology and data sources used for all Assessment objectives, Report b) A summary of the Contractor’s findings from the analysis described in Section 5.0, limitations of the analysis and the overall quality of the operations performed, c) A table of alignment of domains in each preschool assessment instrument identified in subsection 2.0 with the domains in the kindergarten assessments including the Florida Kindergarten Readiness Screener (FLKRS), a subset of the Early Childhood Observation System™ (ECHOS™) and the first two measures of the Dynamic Indicators of Basic Early Literacy Skills™ (DIBELS™) for kindergarten and the Stanford Early School Achievement Test (SESAT, d) A correlation matrix that analyzes the psychometric properties of each preschool assessment instrument identified in subsection 2.0 with the set of kindergarten assessment instruments described in section 5.1., RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 29

Evidence of Due Date Deliverable Completion e) A determination which preschool assessment instruments identified in subsection 2.0 would have the greatest likelihood of predictive validity for future performance on the kindergarten assessment instruments described in section 5.1., and f) An annotated bibliography. 2. Findings for the early learning coalitions, RCMA and the Head Start grantees shall be reported separately within the overall report. 3. The format of the written portions of the deliverable is Microsoft Word 2007 or above (for tables and charts use Microsoft Excel 2007 or above) and the contractor shall submit draft documents in electronic format.

b. Specific deliverable associated with this task: Within ten (10) calendar days Approved final By close of following approval of the draft Florida Early Care and Education Pre-and-Post Early Care and business ten Assessment Report, develop and deliver to the Office a comprehensive final Education Pre- (10) calendar Florida Early Care and Education Pre-and-Post Assessment Report for approval. and-Post days following The final report shall be based on and incorporate the approved draft Florida Early Assessment approval of the Care and Education Pre-and-Post Assessment Report. The report shall include Report draft Florida any edits or recommendations provided by the Office following review of the draft Early Care and report. The final report shall: Education Pre- 1. Be submitted in both electronic and hard copy per the specification in and-Post subsection 6.1.3, Assessment 2. Include all data sets used for the analysis in an organized electronic format Report by the (e.g., memory device or DVD with a sub- menu), and Office 3. Include a print-ready Adobe.pdf version suitable for publication.

B. This is a Fixed Price Contract. The anticipated total contract amount will not exceed $300,000. The contract price is all-inclusive and the Office will not compensate or reimburse the contractor any other amounts related to contract performance, such as travel expenses, license fees, taxes, miscellaneous expenses, overhead, etc. The Office will pay the contractor in arrears the price agreed to for each contract payment milestone identified in the Deliverables Table, minus any amounts due to the Office for financial consequences. Before submitting an invoice, the contractor shall deduct financial consequences or liquidated damages due; The Office’s contract manager shall notify the contractor of the Office’s intent to deduct financial consequences pursuant to the applicable contract provision. Failure by the Office to notify the contractor for any financial consequences shall not relieve the contractor from such obligations. The American Recovery and Relief Act (ARRA) grant provides funding for any contract resulting from this RFP and is subject to the terms and conditions set forth in Attachment 6, Special Conditions Addendum for Vendor Contracts Using American Recovery and Reinvestment Act of 2009 Funds. C. Financial Consequences If the contractor fails to meet the minimum level of service or performance identified in the contract or that is customary for the industry, the Office will be injured as a result. The Office will apply financial consequences per the terms and conditions set forth in Exhibit 1, Special Conditions, Section 8 of the Standard Form Contract (Attachment 7 of this RFP).

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 30

SECTION 8 – OPENING, EVALUATION AND AWARD

8.0 PROPOSAL OPENING

TECHNICAL PROPOSALS WILL BE OPENED ON BEHALF OF THE OFFICE BY THE DEPARTMENT'S BUREAU OF CONTRACTS, GRANTS AND PROCUREMENT MANAGEMENT SERVICES PERSONNEL AT 325 WEST GAINES STREET, 332 TURLINGTON BUILDING, TALLAHASSEE, FLORIDA, AS SPECIFIED IN SECTION 3.4 SCHEDULE OF EVENTS.

PRICE PROPOSALS (which have corresponding responsive Technical Proposals) WILL BE OPENED AS SPECIFIED IN SECTION 3.4 SCHEDULE OF EVENTS AT 325 WEST GAINES STREET, 332 TURLINGTON BUILDING, TALLAHASSEE, FLORIDA.

8.1 EVALUATION PROCESS The work tasks identified in the Scope of Services and Deliverables represent a common basis for the evaluation of proposals. Proposals must be designed to meet all requirements of the RFP. Proposals that do not completely represent the scope and nature of the work tasks stated in this RFP or otherwise attempt to limit or redefine the work tasks stated in this RFP in either the technical or cost sections of the proposal may be rejected at any stage of the proposal evaluation process.

Proposals will be evaluated on the basis of the Proposer’s qualifications and experience and the technical and cost proposals for the work tasks described herein for the entire span of the ensuing contract.

A Selection Committee, hereinafter referred to as the "Committee", will be established to review and evaluate each Proposal submitted in response to this RFP. However, Proposals rejected due to non-compliance with terms and conditions of this RFP will not be evaluated. The Committee will be comprised of at least three persons with knowledge, background, experience, and/or professional credentials in relative service areas.

Each member of the Committee will be provided a copy of each Technical Proposal. Proposals will be evaluated on the criteria established in the section below entitled "Criteria for Evaluation" in order to assure that Proposals are uniformly rated. The Committee will assign points, utilizing the technical evaluation criteria identified herein and complete a technical summary. Proposing firms must attain a score of 60 points or higher on the Technical Proposal to be considered responsive. Should a Proposer receive fewer than 60 points for their Technical Proposal score, the Price Proposal will not be opened.

The Bureau of Contracts, Grants and Procurement Management Services will open Price Proposals in accordance with SECTION 8.0, Proposal Openings. The Bureau of Contracts, Grants and Procurement Management Services and/or the Office’s project manager/selection committee will review and evaluate the Price Proposals and prepare a summary of its price evaluation. Points will be assigned based on price evaluation criteria identified herein.

During the process of evaluation, the Bureau of Contracts, Grants and Procurement Management Services will conduct examinations of Proposals for responsiveness to requirements of the RFP. Those determined to be non- responsive will be automatically rejected.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 31

Criteria for Evaluation

Proposals will be evaluated and graded in accordance with the criteria detailed below. a. Technical Proposal (80 Points)

Technical evaluation is the process of reviewing the Proposer's Executive Summary, Management Plan, and Technical Plan for understanding of project, qualifications, approach and capabilities, to assure a quality product.

The following point system is established for scoring the Proposals:

The following criteria will be used to evaluate and rank Proposals.

A) Executive Summary 5 points B) Management Plan 10 points C) Qualifications and Experience 10 points D) Technical Plan 55 points Total 80 points

D) Price 20 points Total 100 points

Price analysis is conducted through the comparison of price quotations submitted.

The maximum points will be awarded to the lowest acceptable Price Proposal. Proposals with higher costs will receive the fraction of the maximum points proportional to the ratio of the lowest Proposal price to the higher Price Proposal. The fractional value of points to be assigned will be rounded to one decimal place. The criteria for price evaluation shall be based upon the following formula:

(Low Price/Proposer's Price) x Price Points = Proposer’s Awarded Points

The total maximum number of points that can be earned in the evaluation process is 100 points.

The contract shall be awarded to the responsible and responsive vendor whose Proposal is determined in writing to be the most advantageous to the state, taking into consideration the price and the other criteria set forth in this RFP.

8.2 POSTING OF PROPOSAL TABULATION The Proposal Tabulation will be posted at the Florida Department of Education, 325 West Gaines Street, 332 Turlington Building, Tallahassee, Florida and on the Florida Vendor Bid System at http://fcn.state.fl.us/owa_vbs/owa/vbs_www.search.criteria_form as specified in SECTION 3.4 SCHEDULE OF EVENTS, and will remain posted for a period of 72 hours.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 32

ATTACHMENT ‘1’

PROPOSER’S PRICE SHEET Prices/Delivery Schedule We propose to provide the services the Office is soliciting within the specifications of RFP 2013-51. All work shall be performed in accordance with this RFP, which we have reviewed and understood. The below prices are all inclusive. We shall charge no additional costs for work performed under any agreement resulting from this RFP.

Evidence of Proposed Deliverable Completion Cost 1. Project Plan a. Specific deliverable associated with this task: By close of Approved Final Project $______business ten (10) calendar days following approval of the draft Plan shall serve as 20% of total project plan by the Office of Early Learning, the Contractor evidence of completion Contract shall submit a Final Project Plan to the Office of Early Learning amount. setting forth the project goals, objectives, deliverables, and timelines for project benchmarks related to each deliverable and based on the approved Draft Project Plan and incorporating any edits or recommendations provided by the Office following review of the draft report. 2. Summary of Initial Findings Report a. Specific deliverable associated with this task: By close of Approved Final $______business ten (10) calendar days following approval of the Summary of Initial 30% of total draft Summary of Initial Findings Report by the Office, the Findings Report Contract Contractor shall provide a final Summary of Initial Findings amount. Report to the Office of Early Learning for approval based on and incorporating the approved draft Project Plan. The final plan shall include any edits or recommendations provided by the Office following review of the draft report. 3. Assessment Analysis Plan a. Specific deliverable associated with this task: Conduct a Documentation of $______meeting in person or via webinar with the Office of Early meeting or webinar 5% of total Learning project staff within ten (10) calendar days of including time, date Contract receiving approval/disapproval of the draft Statistical and a list of participants amount Analysis Plan from the Office of Early Learning, in person or by webinar, to review the Summary of Initial Findings Report, draft Assessment Analysis Plan elements, goals, timelines and any Office of Early Learning recommendations.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 33

Evidence of Proposed Deliverable Completion Cost b. Specific deliverable associated with this task: Develop a Approved final $______final Assessment Analysis Plan for approval and deliver to Assessment Analysis 15% of total the Office of Early Learning within ten (10) calendar days Plan Contract of the Contractor-conducted meeting or webinar based on amount and incorporating the approved draft Assessment Analysis Plan including any edits or recommendations provided by the Office of Early Learning following review of the draft plan and during the meeting or webinar.

4. Early Care and Education Pre-and-Post Assessment Report a. Within ten (10) calendar days following approval of the Approved final Early $______draft Florida Early Care and Education Pre-and-Post Care and Education 30% of total Assessment Report, develop and deliver to the Office of Pre-and-Post Contract Early Learning a comprehensive final Florida Early Care Assessment Report amount and Education Pre-and-Post Assessment Report for approval. The final report shall be based on and incorporate the approved draft Florida Early Care and Education Pre-and-Post Assessment Report. The report shall include any edits or recommendations provided by the Office of Early Learning following review of the draft report. The final report shall: 1. Be submitted in both electronic and hard copy per the specification in subsection 6.1.3., 2. Include all data sets used for the analysis in an organized electronic format (e.g., memory device or DVD with a sub- menu), and 3. Include a print-ready Adobe.pdf version suitable for publication.

GRAND TOTAL $ ______*

*POINTS AWARDED WILL BE BASED ON THIS PRICE

SIGN BELOW. UNSIGNED OFFERS WILL NOT BE CONSIDERED.

VENDOR NAME: ______

MAILING ADDRESS: ______

CITY/STATE/ZIP: ______

AUTHORIZED AGENT (typed): ______

AUTHORIZED AGENT (manual):______

DATE: ______TELEPHONE: ______E-MAIL: ______

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 34

ATTACHMENT ‘2’

DRUG-FREE WORKPLACE

(Will be considered in case of identical tie Proposals)

Preference shall be given to businesses with drug-free workplace programs. Whenever 2 or more bids which are equal with respect to price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall:

1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.

3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1).

4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.

5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted.

6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.

Vendor's Signature

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 35

ATTACHMENT ‘3’

DISCLOSURE STATEMENT

PARTNERSHIP OR INDIVIDUAL

I hereby certify that I, if an individual, or each of us, if a partnership, doing business as . (Name of Individual or Partnership) (am)(is) not now involved in nor have I ever engaged in any private business venture or enterprise, directly or indirectly, with the Director and Deputy Directors of Office of Early Learning, the Commissioner of Education, the Deputy Commissioner of Education, any Associate Commissioner of Education, Division Director, or Bureau Chief within the Florida Department of Education.

I further certify that neither I, nor any partner, if a partnership, nor anyone acting in my or our behalf has requested that any of the above designated persons or any other employee of the Florida Department of Education and /or Office of Early Learning exert any influence to secure the appointment of under this proposed agreement. (Name of Individual or Partnership)

(1) Signature

Signature

(1) If partnership, each partner must sign and execute. Signature

COMPANY OR CORPORATION

I hereby certify that neither I nor any owner, officer, director, or shareholder of , a (Name of Corporation/Company)

(1) corporation, licensed to do business in Florida, is presently involved in or has been (Name of State of Inc.) engaged in any private business venture or enterprise, directly, or indirectly, with the Director and Deputy Directors of the Office of Early Learning, the Commissioner of Education, the Deputy Commissioner of Education, any Associate Commissioner of Education, Division Director, or Bureau Chief within the Florida Department of Education.

I further certify that neither I nor any owner, officer, director, or shareholder of this corporation or anyone acting on behalf of this corporation or any of its owners, officers, directors, or shareholders has requested that any of the above designated persons or any other employee of the Office of Early Learning, Florida Department of Education exert any influence to secure the appointment of under this proposed agreement. (Company) (Corporation)

(2) Signature

Title

(1) If company is not incorporated, insert "not incorporated" in this space. (2) If incorporated, this statement is to be executed by same person who will execute contract, if awarded.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 36

ATTACHMENT ‘4’ FLORIDA OFFICE OF EARLY LEARNING

MINORITY SUB CONTRACTORS UTILIZATION SUMMARY

The Department of Education and Florida Office of Early Learning Supplier Diversity initiatives strive to ensure the promise of Florida future is shared by all of its residents, regardless of race, ethnicity, disability, neighborhood or background. To that end, both are dedicated to support, track and increase its small, minority-, women-, and service-disabled veteran business enterprise spending with prime contractors and subcontractors. This form was developed to assist in these efforts.

The primary contractor shall report all small, minority-, women-, and service-disabled veteran business enterprise Subcontractors, identifying the Name, Address, Type of Certification and Dollar Amount on the form below. The primary contractor shall submit this form with each invoice submitted for payment, whether or not funds have been spent with a small, minority-, women-, and service-disabled veteran business enterprise subcontractor for the period covered by the invoice. The Office of Supplier Diversity, Florida Department of Management Services will assist in furnishing names of qualified minorities. The Office of Supplier Diversity can be reached at (850) 487- 0915; the Internet Web address is http://dms.myflorida.com/other_programs/office_of_supplier_diversity_osd.

PRIME CONTRACTOR:

CONTRACT NO.:

CONTRACT TITLE:

MBE CONTRACTORS State Non- Non- Dollar Full Name, Address, Telephone Number Certified Certified Profit Amount

Total Amount $______

Certified True and Correct by: Submit Report to: The Florida Office of Early Learning designated Contract Manager, with each monthly invoice, and: ______Mrs. Janice Brown Prime Contractor Bureau of Contracts, Grants and Procurement Management Services ______325 West Gaines Street Title 332 Turlington Bldg ______Tallahassee, FL 32399-0400 Date

For additional information, you may call Mrs. Brown at (850) 245-0819, or e-mail [email protected] RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 37

ATTACHMENT ‘5’

REFERENCES PROPOSER NAME ______

PROVIDE THE FOLLOWING REFERENCE INFORMATION FOR A MINIMUM OF THREE (3) BUSINESSES WHERE SERVICES OF SIMILAR SIZE AND SCOPE HAVE BEEN COMPLETED DURING THE PAST FIVE (5) YEARS OR CURRENTLY UNDERWAY:

BUSINESS NAME:

ADDRESS:

CONTACT PERSON:

PHONE NUMBER:

FAX NUMBER:

E-MAIL ADDRESS:

DATE AND DESCRIPTION OF SERVICES:

BUSINESS NAME:

ADDRESS:

CONTACT PERSON:

PHONE NUMBER:

FAX NUMBER:

E-MAIL ADDRESS:

DATE AND DESCRIPTION OF SERVICES:

BUSINESS NAME:

ADDRESS:

CONTACT PERSON:

PHONE NUMBER:

FAX NUMBER:

E-MAIL ADDRESS:

DATE AND DESCRIPTION OF SERVICES:

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 38

ATTACHMENT ‘6’

SPECIAL CONDITIONS ADDENDUM FOR VENDOR CONTRACTS USING AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 FUNDS

The contract to which these Special Conditions are attached will be funded, in whole or in part, with American Recovery and Reinvestment Act of 2009 (“ARRA”) funds. Contractor shall comply with these Special Conditions and shall assure that all subcontracts and other contracts for an ARRA funded project contain these Special Conditions. In the event of a conflict between these Special Conditions, the contract, or any attachments or exhibits incorporated into and made a part of the contract, these Special Conditions shall control.

1. Compliance. Contractor shall comply with all applicable provisions of ARRA and the regulations issued pursuant thereto, including but not limited to these Special Conditions. Any revisions to such provisions or regulations shall automatically become a part of these Special Conditions, without the necessity of either party executing any further instrument. The Florida Office of Early Learning may provide written notification to Contractor of such revisions, but such notice shall not be a condition precedent to the effectiveness of such revisions. 2. ARRA Contracts and Subcontracts. Contractor shall include these Special Conditions in all of its contracts and subcontracts using ARRA funds, in whole or in part, and shall provide written notification of revisions hereto to all parties to such contracts or subcontracts. Contractor shall ensure that all subcontractors comply with applicable provisions of ARRA. 3. Conflict of Laws. In the event of a conflict between the laws of the State of Florida or these Special Conditions and ARRA, ARRA shall control. 4. Posting with Employ Florida Marketplace. In addition to any other job postings Contractor normally utilizes, Contractor shall post with Employ Florida Marketplace all positions for which it intends to hire workers as a result of being awarded this contract. Employ Florida Marketplace is located at https://www.employflorida.com. 5. Whistleblower Protection. ARRA §1553. Contractor shall not discharge, demote or otherwise discriminate against an employee as a reprisal for disclosures by the employee of information that the employee reasonably believes is evidence of: (a) gross mismanagement of a contract or grant relating to ARRA funds; (b) a gross waste of ARRA funds; (c) a substantial and specific danger to public health or safety related to the implementation or use of ARRA funds; (d) an abuse of authority related to implementation or use of ARRA funds; or (e) a violation of law, rule, or regulation related to a contract, including the competition for or negotiation of a contract or grant, awarded or issued relating to ARRA funds. Contractor shall post a notice of the rights and remedies available to employees under ARRA §1553 in all workplaces where employees perform work that is funded in whole or in part by money authorized under the ARRA. A sample notice can be found at http://www.recovery.gov/Contact/ReportFraud/Documents/Whistleblower+Poster.pdf. Contractor specifically acknowledges that Contractor and its employees are aware of and shall abide by the provisions of ARRA §1553. Contractor shall include the language and requirements of this subsection ("Whistleblower Protection under §1553 of the ARRA") in all of its contracts and agreements with employees, subcontractors and anyone else who performs work on behalf of Contractor. 6. False Claims Act, 31 U.S.C. §§3729-3733. Office of Management and Budget (OMB) Memorandum M-09-15 §5.9. Contractor shall promptly refer to an appropriate Federal Inspector General any credible evidence that a principal, employee, agent, contractor, subcontractor or other person has committed a false claim under the False Claims Act or has committed a criminal or civil violation of laws pertaining to fraud, conflict of interest, bribery, gratuity, or similar misconduct involving ARRA funds. 7. Reporting of Fraud, Waste, and Abuse. Contractor shall also refer promptly to Florida Chief Inspector General any credible evidence that a principal, employee, agent, contractor, subcontractor, or other person has committed a criminal or civil violation of laws pertaining to fraud, waste, and abuse involving ARRA funds. The office can be reached by calling 850-922-4637 or by fax at 850-921-0817. A complaint may be filed at http://www.floridaoig.com/arra_complaint.html. 8. Access of Government Accountability Office. ARRA §902. Each contract awarded using ARRA funds must include a provision that provides the United States Comptroller General and his or her representatives with the authority to: RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 39

(a) Examine any records of the Contractor or any of its subcontractors, or any state or local agency administering such contract, that directly pertain to, and involve transactions relating to, this contract or any contract or subcontract using ARRA funds; and

(b) Interview any officer or employee of the Contractor or any of its subcontractors, or of any state or local government agency administering the contract, regarding such transactions.

Accordingly, the Comptroller General and his or her representatives shall have the authority and rights as provided under Section 902 of ARRA with respect to this contract, which is funded with ARRA funds. Section 902 further states that nothing in that section shall be interpreted to limit or restrict in any way any existing authority of the Comptroller General.

9. Authority of Inspector General. ARRA §1515. Section 1515(a) of ARRA provides authority for any representatives of the United States Inspector General to examine any records or interview any employee or officers working on this contract. The Contractor is advised that representatives of the Inspector General have the authority to examine any record and interview any employee or officer of the Contractor, its subcontractors, or other firms working on this contract. Section 1515(b) further provides that nothing in that section shall be interpreted to limit or restrict in any way any existing authority of an Inspector General. 10. Wage Rate Requirements – Davis-Bacon Wage Determinations. ARRA §1606. Contractor and its subcontractors shall pay all laborers and mechanics employed on ARRA projects by Contractor or any of its subcontractors at wage rates not less than those prevailing on projects of a character similar in the locality, as determined by the United States Secretary of Labor in accordance with Subchapter IV of Chapter 31 of Title 40 of the United States Code. The Secretary of Labor’s determination regarding the prevailing wages applicable in Florida is available at http://www.gpo.gov/davisbacon/fl.html. 11. Buy American Requirement - Construction. ARRA §1605. All iron, steel and manufactured goods used in any ARRA project for the construction, alteration, maintenance, or repair of a public building or public work shall be produced in the United States in a manner consistent with United States obligations under international agreements. This requirement can be waived only by the awarding Federal Agency in limited situations. 12. Fixed Price – Competitively Bid. ARRA §1554. Contractor, to the maximum extent possible, shall award subcontracts as fixed-price subcontracts under this Contract using competitive bid procedures. Contractor shall provide to Office of Early Learning a summary of any contract or subcontract awarded using ARRA funds that is not fixed-price or not awarded using competitive procedures. 13. Prohibition on Use of Funds. ARRA §1604. ARRA funds shall not be used for any casino or other gambling establishment, aquarium, zoo, golf course, or swimming pool. 14. Reporting. ARRA §1512, FFATA §2. The Florida Office of Early Learning may require that the Contractor provide reports and other employment information as evidence to document the number of jobs created and/or retained by this project for the Contractor’s own workforce and the workforce of any subcontractors. No direct payment shall be made to Contractor for providing any reports required under these Special Conditions, as the cost of producing such reports shall be deemed included in the contract price. The reporting requirements are based on guidance from OMB, and as such are subject to change at any time by OMB. Any such changes shall be automatically incorporated into this contract and shall become part of Contractor’s obligations under this Contract. The State may provide written notice to Contractor of any such change, but such notice shall not be a condition precedent to Contractor’s duty to comply with revised OMB reporting requirements. 15. Event of Default. Failure to comply with these Special Conditions shall constitute an event of default under the Contract and the State of Florida may terminate the Contract upon 30 days prior written notice if the default remains uncured five calendar days following the notice period. This remedy will be in addition to any other remedy available to the State of Florida under the Contract, at law or in equity.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 40

By Signature

Title

Date

Federal Employer Identification Number:

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 41

ATTACHMENT ‘7’

Florida Office of Early Learning

Name of Contractor

Type of Procurement and Number

Contract Award Number

250 Marriott Drive, Tallahassee, Florida 32399 Telephone: (850) 717-8550 Fax: (850) 921-0026 Toll Free Line: 1-866-FL-Ready (357-3239) www.FloridaEarlyLearning.com

The Office of Early Learning is an equal opportunity employer/program. Auxiliary aids and services are available upon request to individuals with disabilities. All voice telephone numbers on this document may be reached by persons using TTY/TDD equipment via the Florida Relay Service at 711. RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 42

TABLE OF CONTENTS STANDARD CONTRACT…………………………………………………………………………………...... 45 1. Vendor or Sub-recipient Determination ...... 45 2. Contract Documents ...... 45 3. General Contract Conditions PUR 1000 ...... 45 4. Order of Precedence in the Event of Conflict in Terms ...... 45 5. Incorporation of Florida Contract Provisions ...... 46 6. Effective Date ...... 46 7. Ending Date ...... 46 8. No State Obligation before Starting Date or After Ending Date ...... 46 9. Total Contract Amount ...... 46 10. Extension ...... 46 11. Contract Manager for Contractor and for the Office of Early Learning ...... 46 12. Change in Contract Managers ...... 47 13. Execution ...... 48 EXHIBIT 1………………………………………………………………………………………………………………………………..49 SPECIAL CONDITIONS…………………………………………………………………………………………………………………..49 1. Governing Law - Florida ...... 49 2. Dispute Resolution and Venue ...... 49 3. Vendor Ombudsman ...... 49 4. Cooperation ...... 49 5. Renegotiation due to Changes in Federal or State Law, Rules or Regulation ...... 49 6. Auditing and Accounting ...... 49 7. Return of Funds and Property ...... 50 8. Financial Consequences for Contractor’s Failure to Perform ...... 50 9. Liquidated Damages ...... 51 10. Final Invoice ...... 52 11. Certified Forward ...... 52 12. Records Retention ...... 52 13. Contractor’s Responsibility If Contract Is Terminated ...... 52 14. Public Records Requests ...... 53 15. Proprietary or Trade Secret Information ...... 53 16. Subpoenas ...... 54 17. Public Announcements, Press Releases, Sponsorships ...... 54 18. Subcontracts ...... 54 19. Supplemental Contracts ...... 55 20. Accessible Electronic Information Technology ...... 55 21. Information and Data Security Requirements ...... 55 22. Procurement of Information Technology or Information Technology Resources or Services ...... 55 23. Information Resource Acquisition ...... 55 24. Confidential Data ...... 56 25. Prohibition of Peripheral Devices for Confidential Data Storage...... 56 26. Return or Destruction of Confidential Data ...... 56 27. Breach of Confidentiality ...... 56 28. No Contract Services to be performed Outside the USA ...... 57 29. Background Screening ...... 58 30. Contractor as Independent Contractor ...... 59 31. No Waiver of Sovereign Immunity ...... 59 32. Insurance General Requirements ...... 59 33. Office of Early Learning as Additional Insured ...... 59 34. Proof of Insurance ...... 59 35. Liability Insurance ...... 60 36. Workers’ Compensation Insurance ...... 60

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 43

37. Unemployment Compensation Insurance ...... 60 38. Errors and Omissions Insurance ...... 60 39. Mandatory Reporting of Fraud and Criminal Activity ...... 60 40. Notification of Legal Action ...... 60 41. Whistleblower’s Act Requirements ...... 60 42. Reasonable Assurances If Requested ...... 61 43. Loss of Federal or State Funding ...... 61 44. Intellectual Property – Patent Rights ...... 62 45. Intellectual Property – Copyrights ...... 62 46. Intellectual Property – Rights in Data ...... 62 47. Change of Ownership of Contractor ...... 62 48. Staff Qualifications and Substitutions ...... 63 49. Time is of the Essence ...... 63 50. Reports - Florida Abuse Hotline ...... 63 51. Reports - Office of Minority Business Enterprise Reports ...... 63 52. Reports – For Additional Reporting Requirements See the Scope of Work ...... 63 53. Licenses, Permits, and Taxes ...... 63 54. Compliance with Applicable Laws ...... 63 55. Equal Employment Opportunity (E.E.O.) ...... 64 56. Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.), as amended ...... 64 57. Energy Efficiency ...... 65 58. Trafficking Victims Protection Act of 2000, (TVPA), as amended, (22 U.S.C. 7104(g)) ...... 65 59. "The Transparency Act" (as defined in 2 CFR Part 170) ...... 65 60. Purchase of American-Made Equipment and Products ...... 65 61. E-Verify Requirements ...... 65 62. Unauthorized Alien(s) ...... 65 63. Discriminatory Vendor List ...... 66 64. Scrutinized Companies Lists ...... 66 65. Assurances ...... 66 66. Certifications ...... 67 EXHIBIT 2……………………………………………………………………………………………………………………………….68 CONTRACTOR (SUB-RECIPIENT) MONITORING AND AUDIT REQUIREMENTS………………………………………………………..68 LIMITATION ...... 68 ACCOUNTING AND AUDITING STANDARDS ...... 68 MONITORING...... 68 AUDITS ...... 68 PART I: FEDERALLY FUNDED ...... 68 PART I: FEDERALLY FUNDED – MISCELLANEOUS MATTERS ...... 69 PART II: STATE FUNDED ...... 69 PART II: STATE FUNDED – MISCELLANEOUS MATTERS ...... 70 PART III: OTHER AUDIT REQUIREMENTS ...... 70 RELATED PARTY DISCLOSURES ...... 70 AUDITOR WORK PAPERS ON INTERNAL CONTROLS ...... 70 COMPLIANCE AND REPORTING ON INTERNAL CONTROLS ...... 71 PART IV: REPORT SUBMISSION ...... 71 EXHIBIT 3…………………………………………………………………………………………………………………………….73 SCOPE OF WORK………………………………………………………………………………………..…………………………..73 INCLUSION OF SOLICITATION DOCUMENTS & VENDOR RESPONSE………………………………………………………………73

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 44

Contract # STATE OF FLORIDA OFFICE OF EARLY LEARNING

STANDARD CONTRACT

THIS CONTRACT (the “Contract”) is between the State of Florida, Office of Early Learning, hereinafter referred to as the “Contractor” (each individually a “Party” and collectively the “Parties”).

WHEREAS, the Contractor responded to the Office of Early Learning’s Solicitation Number ; and,

WHEREAS, the Office of Early Learning has determined that the Contractor’s offer provides the best value to the State of Florida (the “State”); and,

WHEREAS, the Parties desire to enter into the Contract pursuant to which the Contractor will provide the commodities or contractual services hereafter described.

NOW THEREFORE, in consideration of the premises set forth herein, the Parties agree as follows:

1. Vendor or Sub-recipient Determination

Contractor attests to having reviewed OMB Circular A-133 and determined pursuant thereto that Contractor is a:

Vendor or (Check the applicable box) Sub-recipient

2. Contract Documents The Contract consists of the following documents (the “Contract Documents”), 2.1. General Contract Conditions (PUR 1000) 2.2. Special Conditions (Exhibit 1) 2.3. Contractor (Sub-recipient) Monitoring and Audit Requirements (Exhibit 2) 2.4. Scope of Work (Exhibit 3) 3. General Contract Conditions PUR 1000 The General Contract Conditions are from the (State of Florida, Department of Management Services, (hereinafter “DMS”) Contracting Form PUR 1000. The PUR 1000 is required by s. 287.042(12), Florida Statutes (hereinafter “F.S.”), and Rule 60A-1.002(7), Florida Administrative Code (hereinafter “FAC”). The term “Customer” referred to in the PUR 1000 is the Office of Early Learning. The PUR 1000 is hereby incorporated by reference as if fully set out herein. See: http://www.dms.myflorida.com/content/download/2933/11777/version/6/file/1000.pdf.

4. Order of Precedence in the Event of Conflict in Terms If there is any conflict in the provisions set forth herein, the conflict will be resolved in the following order of priority (highest to lowest): 4.1. Federal law and regulations, RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 45

4.2. Florida law and rules, 4.3. Special Conditions (Exhibit 1), 4.4. PUR 1000 unless the conflicting term in the PUR 1000 Form is required by any section of the Florida Statutes, in which case the term contained in the PUR 1000 shall take precedence over the Special Condition. (Rule 60A-1.002(7) (b), FAC) 4.5. Contractor (Sub-recipient) Monitoring and Audit Requirements (Exhibit 2) 4.6. Scope of Work (Exhibit 3) 5. Incorporation of Florida Contract Provisions The general contracting document provisions of s. 287.058(1), F.S., are hereby adopted and incorporated by reference as if fully set forth herein. See: http://www.flsenate.gov/Laws/Statutes/2012/287.058.

6. Effective Date The Contract shall be effective on or on the date on which the last Party has signed the Contract, whichever is later.

7. Ending Date The Contract term shall end on unless the Contract is terminated earlier or extended or renewed as provided herein.

8. No State Obligation before Starting Date or After Ending Date The Office of Early Learning shall not be obligated to pay for costs incurred related to the Contract prior to its effective date or after the ending date of the contract.

9. Total Contract Amount The total amount to be paid under this contract shall not exceed: .

10. Extension Subject to agreement by the parties, extension of a contract for contractual services shall be in writing for a period not to exceed six months and shall be subject to the same terms and conditions set forth in the initial contract. There shall be only one extension of a contract unless the failure to meet the criteria set forth in the contract for completion of the contract is due to events beyond the control of the Contractor.

11. Contract Manager for Contractor and for the Office of Early Learning The Contract Manager is responsible for enforcing performance of the contract terms and conditions and serves as a liaison with the Contractor.

Contractor’s Contract Manager

Name: Title: Address:

Zip Code: Office Phone: E-mail Address:

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 46

Office of Early Learning’s Contract Manager

Name: Title: Contract Manager Address: Office of Early Learning 250 Marriott Drive Tallahassee, Florida Zip Code: 32301 Office Phone: (850)717- E-mail Address:

12. Change in Contract Managers In the event that different Contract Managers are designated by any Party after the execution of the Contract, notice of the foregoing information for the new Contract Manager will be transmitted by e- mail or sent in writing to all of the Parties and said notification will be attached to copies of the Contract.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 47

13. Execution In consideration of the mutual covenants set forth above and in the exhibits hereto, the Parties have caused to be executed this Contract by their undersigned officials duly authorized.

Contractor’s Name:

By: Printed Signature: Title: Date: FEIN:

Office of Early Learning

By: Printed: Signature: Shan Goff Title: Director Date: FEIN: 59-3474751

Office of Early Learning Approved As to Form and Legal Sufficiency, Subject Only To Full and Proper Execution by the Parties.

By: Printed Signature: Richard Tritschler Title: General Counsel Date:

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 48

Exhibit 1 Special Conditions

1. Governing Law - Florida This contract is executed and entered into in the State of Florida, and shall be construed, performed, and enforced in all respects in accordance with the laws, rules, and regulations of the State of Florida. Each party shall perform its obligations herein in accordance with the terms and conditions of this contract.

2. Dispute Resolution and Venue Section 31 of PUR 1000 relating to Dispute Resolution is removed and replaced with the following:

2.1. Mutual Discussion - In case of any dispute, claim, question or disagreement arising from or relating to or arising out of this Contract or the breach thereof, the parties shall first attempt resolution through mutual discussion.

2.2. Performance During Dispute Resolution - The Contractor agrees that pending the resolution of any dispute, controversy, or question, the Contractor shall continue to perform its obligations without interruption or delay, and the Contractor shall not stop or delay any performance under the contract.

2.3. Litigation - Disputes, claims, or any other matters shall be determined under the judiciary system of the State of Florida. The venue of any and all actions pertaining to this Contract shall be in Leon County, Florida.

3. Vendor Ombudsman A Vendor Ombudsman has been established within the Florida Department of Financial Services. The duties of this individual include acting as an advocate for contractors who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted by calling (850) 413-5516.

4. Cooperation The Contractor shall cooperate in good faith in response to any reasonable requests from the Office of Early Learning to discuss, review, inspect, or audit Contractor performance and compliance under this contract.

5. Renegotiation due to Changes in Federal or State Law, Rules or Regulation The Parties agree to negotiate changes to the Contract if Federal or State revisions of any applicable laws or regulations make changes in the Contract necessary.

6. Auditing and Accounting 6.1. If Contractor is a sub-recipient as opposed to a vendor (i.e. checked the box in section one of this contract as a sub-recipient) then, in accordance with Exhibit 2, the Contractor will provide a financial and compliance audit to the Office of Early Learning, if applicable, and ensure that all related party transactions are disclosed to the auditor.

6.2. Pursuant to 45 CFR 92.36(i)(10), Contractor agrees to provide access by the Office of Early Learning, any sub-grantee, the Federal Health and Human Services (HHS) Agency, the Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 49

papers, and records of the Contractor which are directly pertinent to this specific contract for the purpose of making audit, examination, excerpts, and transcriptions.

6.3. Representatives of the Office of Early Learning, the Chief Financial Officer of the State of Florida, the Auditor General of the State of Florida, the Florida Office of Program Policy Analysis and Government Accountability (“OPPAGA”), and their duly authorized representatives, shall have access, for purposes of examination, to any books, documents, papers, and records, including electronic storage media, of the Contractor as they may relate to the Contract.

6.4. The Contractor shall maintain (or have immediate access to) books, records, and documents in accordance with generally accepted accounting procedures and practices which sufficiently and properly reflect all revenues and expenditures of funds provided by the Office of Early Learning under the Contract.

6.5. The Office of Early Learning shall have the right to audit Contractor’s records and practices related to use and disclosure of confidential information. The Contractor agrees to make internal practices, books, and records, including policies and procedures and confidential information, relating to the use of and disclosure of confidential information received from, or created or received by the Contractor on behalf of, the Office of Early Learning available to the Office of Early Learning upon request.

6.6. The Contractor shall include the aforementioned audit and record keeping requirements in all approved subcontracts and assignments.

7. Return of Funds and Property The Contractor shall return to the Office of Early Learning any overpayments due to unearned funds or funds disallowed pursuant to the terms of the Contract that were disbursed to the Contractor by the Office of Early Learning. In the event that the Contractor or its independent auditor discovers that an overpayment has been made, the Contractor shall repay said overpayment within forty (40) calendar days without prior notification from the Office of Early Learning. In the event that the Office of Early Learning first discovers an overpayment has been made, the Office of Early Learning will notify the Contractor in writing of such a finding which was paid contrary to the terms of the Contract. Should repayment not be made in a timely manner, the Office of Early Learning shall be entitled to charge interest at the lawful rate of interest on the outstanding balance beginning forty (40) calendar days after the date of notification or discovery. Refunds should be sent to the Office of Early Learning’s Contract Manager, and made payable to “The Office of Early Learning.”

If Contractor is a sub-recipient, then all computer and information technology equipment regardless of value or remaining useful life, and all other property purchased by Contractor pursuant to this contract in the amount of $1000 (original purchase price) or more and having a useful life of one year or more shall revert to the Office of Early Learning upon termination or conclusion of this contract (or to a coalition if the contractor was a sub-recipient of a Coalition (s. 411.01, F.S.)). All property required to be returned to the Office of Early Learning will be in good working order. See 45 CFR 92.36, s. 273.02, F.S., and 69I-72.002, F.A.C.

8. Financial Consequences for Contractor’s Failure to Perform 8.1. If the Contractor fails to meet the minimum level of service or performance identified in this contract, or that is customary for the industry, then the Office of Early Learning will be injured as a result thereof. Therefore, Contractor agrees that if the requirements of this Contract are not timely and RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 50

satisfactorily performed, the Contractor shall pay to the Office of Early Learning financial consequences in the amount of $250 dollars for each calendar day the Contractor fails to perform according to the terms and conditions of this Contract. The Office of Early Learning shall apply additional financial consequences commensurate with the deficiency, including but are not limited to, refusing payment, withholding payments until deficiency is cured, tendering only partial payments, suspension, and termination of contract and requisition of services from an alternate source.

8.2. The Office of Early Learning, at its sole discretion, may offer the Contractor an extension for any listed tasks, timelines, or deliverables during which the indicated financial consequences shall not apply. Notification of any extension shall be provided to the Contractor in writing. In addition, the Office of Early Learning may, in its sole discretion, grant a waiver of financial consequences if the Contractor drafts a corrective action plan for approval by the Office of Early Learning and subsequently comes into compliance with the approved corrective action plan.

8.3. If financial consequences are imposed and due, the Office of Early Learning may offset the financial consequences from the next invoice submitted by the Contractor or from the final retained payment of the contract, or require separate payment from the Contractor.

8.4. Any payment made in reliance on the Contractor’s evidence of performance, which evidence is subsequently determined to be erroneous, will be immediately due as an overpayment in accordance with the above section of this Contract entitled “Return of Funds and Property” to the extent of such error.

9. Liquidated Damages 9.1. The Office of Early Learning expects the Contractor to perform its responsibilities and tasks as specified in the Contract. The expectation is reasonable, within normally acceptable business practices, and in the best interest of the Office of Early Learning. The Contractor acknowledges that the Office of Early Learning will be damaged if the Contractor fails to fulfill its obligations under the Contract. The Contractor acknowledges that liquidated or actual damages attach and will be payable from any funds established by the Contractor, or from any sums accrued directly or indirectly by the Contractor as a result of handling (accepting) Office of Early Learning’s funds.

9.2. In the event of termination of this contract by the Office of Early Learning for cause, Contractor shall be liable to the Office of Early Learning for $250 dollars for each calendar day after termination up to thirty (30) days for the Office of Early Learning’s Expenses for additional managerial and administrative services required to complete or obtain the services or items from another contractor. Liquidated damages for this period of time, is in addition to financial consequences assessed as provide herein before termination.

9.3. The Office of Early Learning has chosen to address specific project risks related to Contractor performance through the performance measures detailed in the Scope of Work and associated financial consequences specified herein. The liquidated damages described herein represent the projected financial loss and expenditures that may occur as a result of Contractor non-performance, including financial loss as a result of project delays. The liquidated damages provided for herein do not represent a penalty; rather, the liquidated damages represent a good faith effort by the Parties to establish a reasonable estimate of the damages that will be incurred by the Office of Early Learning in the circumstances described.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 51

9.4. Isolated, non-material, failures to perform will not constitute breaches of the Contract and will instead be managed as detailed in the Scope of Work. However, instances of non-performance continuing to occur over periods of time, may amount to a material breach. If such problems continue, the Office of Early Learning reserves the right to terminate the Contract for cause and to pursue recovery of actual losses resulting from the Contractor’s failure to perform. The Office of Early Learning’s failure to assess liquidated or actual damages for any of the specific instances cited in no way modifies or waives the Office of Early Learning’s right to assess additional liquidated or actual damages relating to other similar occurrences in addition to the liquidated damages specified in the Scope of Work.

10. Final Invoice Contractor shall submit the Final invoice for payment to the Office of Early Learning no more than 45 days after the contract ends or is terminated. If the Contractor fails to do, all rights to payment is forfeited and the Office of Early learning will not honor any requests submitted after the above 45 day time period. Any payment due under the terms of this contract may be withheld until all reports due from the Contractor and any necessary adjustment thereto have been approved by the Office of Early Learning.

11. Certified Forward In accordance with s. 216.301, F.S., on June 30 of each year, the Office of Early Learning certifies outstanding obligations in the form of certified forward budget. The certified forward budget reverts on September 30th each year, and is no longer available for payment of invoices. Invoices submitted after June 30th for the prior fiscal year, for which no certified forward budget remains, shall be paid from the current fiscal year funding allocation. Refunds submitted after June 30th for the prior fiscal year will not restore or create certified forward budget.

12. Records Retention The Contractor shall retain sufficient records demonstrating its compliance with the terms of this contract and all Contractor records, financial records, supporting records, statistical records, audit work papers, and any other records (including all records on electronic storage media) pertinent to this Contract for a period of five (5) years after termination of the Contract, or if an audit has been initiated and audit findings have not been resolved at the end of five (5) years, the records shall be retained until resolution of the audit findings through litigation or otherwise.

Any of the records will be made available to the Office of Early Learning or its designees upon its request.

The Contractor will cooperate with the Office of Early Learning during the contract, and subsequent required retention period, to facilitate the duplication and transfer of any records or documents upon request of the Office of Early Learning.

13. Contractor’s Responsibility If Contract Is Terminated After receipt of a notice of termination, and except as otherwise specified by the Office of Early Learning, the Contractor shall:

13.1. Stop work under the Contract on the date of and to the extent specified in the notice. 13.2. Complete performance of the work not terminated by the Office of Early Learning.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 52

13.3. Take such action as may be necessary, or as the Office of Early Learning may specify, to protect and preserve any property related to the Contract which is in the possession of the Contractor and in which the Office of Early Learning has or may acquire an interest. 13.4. Upon the effective date of termination of the Contract, the Contractor shall transfer, assign, and make available to the Office of Early Learning all property and materials belonging to the Office of Early Learning. No extra compensation will be paid to the Contractor for its services in connection with such transfer or assignment.

14. Public Records Requests The Contractor must notify the Office of Early Learning, by email to the Contract Manager within one (1) business day from receipt, of all request(s) for public records pursuant to Chapter 119, Florida Statutes. The Contractor agrees that the Office of Early Learning shall be responsible for or shall direct Contractor on responding to all public records request(s). Public Records Requests shall also be emailed to:

Office of Early Learning Public Information Officer 250 Marriott Drive Tallahassee, FL 32301

15. Proprietary or Trade Secret Information 15.1. Unless exempted by law, all public records are subject to public inspection and copying under Florida’s Public Records Law, Chapter 119, F.S. Any claim by Contractor of proprietary or trade secret confidentiality for any information contained in Contractor’s documents (reports, deliverables or work-papers, etc., in paper or electronic form) submitted in connection with this contract will be waived, unless the claimed confidential information is submitted in accordance with this section.

15.2. The Contractor must clearly label any portion of the documents, data, or records submitted that it considers exempt from public inspection or disclosure pursuant to Florida’s Public Records Law as proprietary or trade secret. The labeling will include a justification citing specific statues and facts that authorize exemption of the information from public disclosure. If different exemptions are claimed to be applicable to different portions of the protected information, the Contractor shall include information correlating the nature of the claims to the particular protected information.

15.3. The Office of Early Learning, when required to comply with a public records request including documents submitted by the Contractor, may require the Contractor to expeditiously submit redacted copies of documents marked as confidential or trade secret in accordance with this section. Accompanying the submission shall be an updated version of the justification under this section, correlated specifically to redacted information, either confirming that the statutory and factual basis originally asserted remain unchanged or indicating any changes affecting the basis for the asserted exemption from public inspection or disclosure. The redacted copy must exclude or obliterate only those exact portions that are claimed to be proprietary or trade secret. If the Contractor fails to promptly submit a redacted copy, the Office of Early Learning is authorized to produce the records sought without any redaction of proprietary or trade secret information.

15.4. The Contractor shall be responsible for defending its claim that each and every portion of the redactions of proprietary or trade secret information are exempt from inspection and copying under Florida’s Public Records Law.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 53

16. Subpoenas The Contractor shall notify the Office of Early Learning verbally within twenty-four (24) chronological hours and in writing within seventy-two (72) chronological hours if any data in the Contractor’s possession related to the Contract is subpoenaed or used, copied, or removed (except in the ordinary course of business) by anyone except an individual authorized by the Office of Early Learning to use, copy, or remove data. The Contractor shall cooperate with the Office of Early Learning in taking all steps as the Office of Early Learning deems advisable to prevent misuse, regain possession, and/or otherwise protect the State’s rights and the data subject’s privacy.

17. Public Announcements, Press Releases, Sponsorships 17.1. The Office of Early Learning does not endorse any Contractor, commodity or service. The Contractor shall not provide any information to any media representative or any other external party regarding the Contract or any services delivered under the Contract without prior written approval from the Office of Early Learning’s Public Information Officer. The Contractor shall also notify the Public Information Officer of the Office of Early Learning at (850) 717-8599 verbally within one (1) hour and in writing, with a copy to the Office of Early Learning’s Contract Manager, within one (1) business day of any inquiries received from any media outlet or representative. The Contractor shall not use the Office of Early Learning’s Logo without the written approval of the Office of Early Learning.

17.2. “When issuing statements, press releases, requests for proposals, bid solicitations and other documents describing projects or programs funded in whole or in part with Federal money, all States receiving Federal funds, including but not limited to State and local governments and contractors of Federal research grants, shall clearly state (1) the percentage of the total costs of the program or project which will be financed with Federal money, (2) the dollar amount of Federal funds for the project or program, and (3) percentage and dollar amount of the total costs of the project or program that will be financed by nongovernmental sources.” P. L. 103-333, the Departments of Labor, Health and Human Services, and Education, and Related Agencies Appropriations Act of 1995, § 508 – “Public Announcements and Press Releases”.

17.3. In addition, as required by Section 286.25, F.S., if the Contractor is a nongovernmental organization which sponsors a program financed wholly or in part by state funds, including any funds obtained through the Contract, it shall, in publicizing, advertising, or describing the sponsorship of the program, state: “Sponsored by (Contractor’s name) and the State of Florida, Office of Early Learning.” If the sponsorship reference is in written material, the words “State of Florida, Office of Early Learning” shall appear in the same size letters or type as the name of the organization.

17.4. The Contractor is prohibited from using Contract information, sales values or sales volumes, or the Office of Early Learning’s stakeholders or customers, in sales brochures or other promotions, including press releases, unless prior written approval is obtained from the Office of Early Learning.

18. Subcontracts 18.1. The Contractor shall not subcontract any of the work contemplated under the Contract without prior written approval of the Office of Early Learning. Any subcontract or other transfer of duties and responsibilities without prior approval of the Office of Early Learning shall be null and void.

18.2. The Contractor agrees to be responsible for all work performed and all expenses incurred with the Project. If the Office of Early Learning permits the Contractor to subcontract all or part of the work contemplated under the Contract, including entering into subcontracts with vendors for services RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 54

and commodities, it is understood by the Contractor that all such subcontract arrangements shall be evidenced by a written document subject to prior review and approval by the Office of Early Learning. The review of the written subcontract document by the Office of Early Learning will be limited to a determination of whether or not subcontracting is permissible and the inclusion of applicable terms and conditions of the Contract. In subcontracting, the Contractor shall ensure that the subcontractor has the same responsibilities to the Contractor with respect to the subcontracted work that the Contractor has to the Office of Early Learning. The Contractor further agrees that the Office of Early Learning shall not be liable to the subcontractor for any expenses or liabilities incurred under the subcontract and the Contractor shall be solely liable to the subcontractor for all expenses and liabilities incurred under the subcontract. The Contractor, at its expense, will defend the Office of Early Learning against such claims. The Contractor retains sole responsibility for the qualifications of all persons working on this Contract whether Contractor’s employees or any Sub-Contractors’ employees.

18.3. In the event the State approves transfer of the Contractor’s obligations, the Contractor remains responsible for all work performed and all expenses incurred in connection with the Contract. In addition, the Contract shall bind the successors, assigns, and legal representatives of the Contractor.

19. Supplemental Contracts The Contractor agrees that the Office of Early Learning may undertake or award supplemental contracts for work related to the Contract, or any portion thereof. The Contractor shall cooperate with such other contractors and the Office of Early Learning in all such cases. Any subcontractors to the Contractor will be required to act in a like manner.

20. Accessible Electronic Information Technology Contractors submitting responses to this solicitation must (and the Contractor hereby agrees by entering into this contract to) provide electronic and information technology resources in complete compliance with the accessibility standards provided in Rule 60-8.002, F.A.C. These standards establish a minimum level of accessibility. See s. 282.603, F.S.

21. Information and Data Security Requirements 21.1. The Contractor must comply with Rule 71A-1.005, F.A.C., the Office of Early Learning’s (Information Technology) Security Policies, and employ adequate security measures to protect the Office of Early Learning’s information, applications, data, resources, and services.

21.2. The Office of Early Learning’s (Information Technology) Security Policies are hereby adopted and incorporated by reference as if fully set out herein.

22. Procurement of Information Technology or Information Technology Resources or Services If this contract is the result of procurement of Information Technology or Information Technology Resources or Services, the Scope of Work must contain appropriate security requirements which are consistent with the rules and guidelines established by the Agency for Enterprise Information Technology or successor entity. See s. 282.318 (4)(g) and(5), F.S.

23. Information Resource Acquisition The Contractor shall obtain prior written approval from the Office of Early Learning Contract Manager for the purchase of any Information Technology Resource (ITR). The Contractor agrees to secure said prior approval by means of an Information Resource Acquisition (IRA) form, available from the Office of Early Learning’s Contract Manager.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 55

24. Confidential Data 24.1. The provisions of the Florida Public Records Act, Chapter 119, F.S., and other applicable state and federal laws will govern disclosure of any confidential information received by the State of Florida.

24.2. The Contractor will treat data obtained from the Office of Early Learning, Early Learning Coalitions or other Partner Agencies as confidential as required under Sections 411.011 and 1002.72, F.S., and other applicable laws. The Contractor agrees not to use or disclose any information concerning Contractor’s services under this Contract for any purpose not in conformity with state and federal law or regulations except upon written consent of the public assistance recipient, or their responsible parent or guardian when authorized by law, if applicable, and then only with the prior written approval of the Office of Early Learning.

24.3. All Contractor personnel with access to confidential information while performing work under the Contract must receive instruction regarding the confidential nature of the information and the requirements of the contract.

25. Prohibition of Peripheral Devices for Confidential Data Storage The Contractor, including its employees, subcontractors, agents, or any other individuals to whom the Contractor exposes confidential information obtained under the Contract, shall not store, or allow to be stored, any confidential information on any portable storage media (e.g., laptops, thumb drives, hard drives, etc.) or peripheral device with the capacity to hold information. Failure to strictly comply with this provision shall constitute a breach of Contract.

26. Return or Destruction of Confidential Data 26.1. Upon termination of the Contract for any reason, Contractor agrees either to return to the Office of Early Learning or, if return is not feasible, destroy all confidential information in whatever form or medium that Contractor received from or created on behalf of the Office of Early Learning to include without limitation all backup tapes. This provision shall also apply to all confidential information that is in the possession of subcontractors or agents of Contractor. In such case, Contractor shall retain no copies of such information, including any compilations derived from and allowing identification of confidential information. Contractor shall complete such return or destruction as promptly as possible, but not more than ten (10) calendar days after the effective date of the conclusion of the Contract. Within the ten (10)-calendar day period, Contractor shall certify on oath in writing to the Office of Early Learning that such return or destruction has been completed.

26.2. If Contractor believes that the return or destruction of confidential information is not feasible, Contractor shall provide in writing within ten (10) days, the conditions that make return or destruction infeasible. Upon mutual agreement of the Parties that return or destruction is not feasible, Contractor shall continue the protections provided for in this contract as long as Contractor maintains the confidential information.

27. Breach of Confidentiality 27.1. For purposes of this Contract, “Security Incident” means the attempted or successful unauthorized access, use, disclosure, modification, or destruction of information or interference with Contractor operations; however, random attempts at access shall not be considered a security incident.

27.2. The Contractor shall notify the Office of Early Learning in writing of any Security Incident or breach of confidential information of which it becomes aware by its employees, subcontractors, agents RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 56

or representatives. Contractor’s notification shall be made in writing to the Office of Early Learning within 24 hours after Contractor learns of the security incident or breach. Contractor’s notification shall identify: (i) the nature of the unauthorized use or disclosure, (ii) the confidential information used or disclosed, (iii) who made the unauthorized use or received the unauthorized disclosure, (iv) what Contractor has done or shall do to mitigate any deleterious effect of the unauthorized use or disclosure, and (v) what corrective action Contractor has taken or shall take to prevent future similar unauthorized use or disclosure. Contractor shall provide such other information, including a full written report, as reasonably requested by the Office of Early Learning.

27.3. If the Office of Early Learning, at its sole discretion, determines that the Contractor has failed to comply with any confidentiality provision of this contract, or determines that prompt and satisfactory corrective action has not occurred, the Office of Early Learning has the unilateral right to suspend the Contract until it is satisfied that corrective action has been taken or may terminate the Contract. If the contract is terminated, Contractor must immediately surrender to the Office of Early Learning all confidential information and copies thereof obtained under the Contract and any other information relevant to the Contract.

27.4. The Contractor understands and agrees that all reasonable fees and costs necessary for the Office of Early Learning to remedy any breach of confidentiality due to the conduct of the Contractor, its employees, subcontractors, agents, or affiliates, or any individual within the control of the Contractor, shall be the responsibility of the Contractor. The Contractor shall cooperate in the defense and settlement of such claims. The obligations of this section shall survive the expiration or termination of the Contract.

27.5. The Contractor understands and agrees to the confidentiality and security provisions of this Contract regarding the requirements to safeguard the confidentiality of the information which is the subject of the Contract, and which is considered a material condition of the Contract. In the event that requirements to safeguard the information, unauthorized disclosure of the information, or the confidentiality of the information are compromised in any way, the Contractor will be subject to penalties as follows:

27.5.1. Criminal Penalties: The Contractor and any of its employees, agents, contractors, subcontractors, affiliates or any other individual that breaches the confidentiality requirements of the Contract are subject to any state or federal criminal sanctions provided by law, including, but not limited to penalties as provided for in ss. 443.171(5), 443.1715, and 119.10, F.S., the Florida Computer Related Crimes Act, or any other applicable state or federal laws or regulations. 27.5.2. Civil Remedies: In addition to criminal sanctions, the Contractor and its employees, agents, contractors, subcontractors, affiliates or any other individual who breaches the confidentiality requirements of this Contract or applicable laws are subject to any and all civil remedies available to the Office of Early Learning and the State of Florida.

28. No Contract Services to be performed Outside the USA The Contractor and its subcontractors and agents are prohibited from (i) performing any of the Contract services outside the United States, or (ii) sending, transmitting or accessing any School Readiness Program or Voluntary Pre-Kindergarten Education Program related data outside of the United States unless approved by the Office of Early Learning in writing. The Parties agree that a violation of this provision will:

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 57

28.1. Entitle the Office of Early Learning to immediately terminate the contract for cause upon email notice to Contractor’s Contract Manager.

28.2. Result in immediate and irreparable harm to the Office of Early Learning, entitling the Office of Early Learning to immediate injunctive relief.

28.3. Entitle the Office of Early Learning to recover damages for the breach. These damages will include all reasonable costs incurred by the Office of Early Learning for investigations, forensic investigations, data recoveries, notifications and remediation.

29. Background Screening 29.1. Any contractor who meets the definition of “Qualified Entity” as defined in s. 943.0542, F.S.:

“Qualified entity” means a business or organization, whether public, private, operated for profit, operated not for profit, or voluntary, which provides care or care placement services, including a business or organization that licenses or certifies others to provide care or care placement services:

29.1.1. Shall register with the Florida Department of Law Enforcement (FDLE) and have all of its employees assigned to work on this Contract screened in a manner consistent with Section 943.0542, F.S. 29.1.2. Shall insure that any Sub-Contractor it retains who also meets the definition of “qualified entity” to also register and have all of its employees assigned to work on this Contract (or subcontract) screened in a manner consistent with Section 943.0542, F.S. 29.1.3. Shall provide verification for all personnel of Contractor and of any Sub-Contractor assigned to work on this contract of: 29.1.3.1. Passing the level 2 background screening standards as set forth in s. 435.04, F.S., 29.1.3.2. The highest level of education claimed, 29.1.3.3. All applicable professional licenses claimed, and 29.1.3.4. The past seven years of employment history. 29.1.4. Shall submit the above verifications for personnel assigned to this Contract within thirty (30) calendar days of the beginning date of the Contract to the Office of Early Learning. 29.1.5. Shall submit the above verification for new personnel assigned to this Contract before they begin work on the Contract to the Office of Early Learning. 29.1.6. A level 2 background screening no earlier than ninety (90) days before the effective date of this contract shall be accepted as in compliance with this provision. 29.1.7. Shall update the background screening before the anniversary date of the initial background screening check, and each year thereafter, if the individual continues to perform under the contract. 29.1.8. Shall redo the background screening if there is a ninety day lapse in employment from working on this Contract in which case the person shall be rescreened before being assigned to this contract. 29.1.9. Shall arrange for and pay all the costs for background screenings.

29.2. Any Contractor who does not meet the definition of “Qualified Entity” shall nevertheless comply with all of the above standards except a level 1 background screening is substituted for a level 2 screening. The level 1 screening shall include submission of fingerprints as opposed to only a name check. RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 58

29.3. Contractor shall: 29.3.1. Require each employee it assigns to this contract to notify the Contractor within ten days of being arrested for any criminal offense. 29.3.2. Review the alleged offense, determine if the offense is one that would exclude the employee under a level 2 screening, and if so remove the employee from work on this contract. 29.3.3. The employee may not return to work on this Contract until cleared of all charges.

30. Contractor as Independent Contractor 30.1. In the Contractor’s performance of its duties and responsibilities under the Contract, it is mutually understood and agreed that the Contractor is at all times acting and performing as an independent contractor. The Office of Early Learning shall neither have nor exercise any control or direction over the methods by which the Contractor shall perform its work and functions other than as provided herein and in law. Nothing in the Contract is intended to or shall be deemed to constitute a partnership or joint venture between the Parties.

30.2. Except where the Contractor is a State agency, the Contractor, its Officers, agents, employees, subcontractors, or assignees, in performance of the Contract shall act in the capacity of an independent contractor and not as an officer, employee, or agent of the State. Nor shall the Contractor represent to others that, as the Contractor, it has the authority to bind the Office of Early Learning unless specifically authorized to do so.

30.3. Unless agreed to by the Office of Early Learning in the Scope of Work, the Office of Early Learning will not furnish services of support (e.g., office space, office supplies, telephone service, secretarial, or clerical support) to the Contractor or its subcontractor or assignee.

30.4. All deductions for social security, withholding taxes, income taxes, contributions to unemployment compensation funds, and all necessary insurance for the Contractor, its officers, employees, agents, subcontractors, or assignees shall be the responsibility of the Contractor.

31. No Waiver of Sovereign Immunity Nothing contained in this contract is intended to serve as a waiver of sovereign immunity by any entity to which sovereign immunity may be applicable.

32. Insurance General Requirements All insurance coverage shall be maintained in full force and effect during the term of the Contract. Failure to maintain such coverage may void the Contract. In the event that any of the coverage is canceled by the insurer for any reasons, the Contractor shall immediately notify the Office of Early Learning of such cancellation and shall obtain replacement coverage acceptable to the Office of Early Learning and provide proof of such replacement coverage within ten (10) calendar days after the cancellation of coverage.

33. Office of Early Learning as Additional Insured The Office of Early Learning shall be named as an additional insured on all required insurance policies.

34. Proof of Insurance All insurance policies shall be with the insurers qualified and doing business in Florida. The Office of Early Learning shall be furnished proof of coverage of insurance by standard ACORD form RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 59

certificates of insurance accompanying the Contract documents. The Office of Early Learning shall be exempt from, and in no way liable for, any sums of money that may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Contractor providing such insurance.

35. Liability Insurance The Contractor shall maintain adequate liability insurance coverage on a comprehensive basis and hold such liability insurance at all times during the existence of the Contract and any renewal(s) and extension(s) of it. By execution of the Contract, unless it is a State agency or subdivision as defined by Subsection 768.28(2), F.S., the Contractor accepts full responsibility for identifying and determining the type(s) and extent of liability insurance necessary to provide reasonable financial protections for the Contractor and the clients to be served under the Contract. A self-insurance program established and operating under the laws of the State may provide such coverage.

36. Workers’ Compensation Insurance During the Contract term, the Contractor at its sole expense shall provide workers’ compensation insurance in accordance with Chapter 440, F.S., with such terms and limits as may be reasonably associated with the Contract with minimum employer’s liability limits of $100,000 per accident, $100,000 per person, and $500,000 policy aggregate. The policy shall cover all employees engaged in any Contract work. Employers who have employees who are engaged in work in Florida must use Florida rates, rules, and classifications for those employees.

37. Unemployment Compensation Insurance The Contractor, during the life of the Contract, must comply with the reporting and contribution payments required under Chapter 443, F.S., for all employees connected with the work of the Contract.

38. Errors and Omissions Insurance The Contractor shall obtain and keep in force during the life of the Contract, Errors and Omissions Insurance which shall indemnify and pay on behalf of the Contractor for direct loss which may be incurred due to human error, computer error, machine error, or equipment problems, whether caused by negligence, error, omission or mistake by the Contractor, subcontractor, any employee, officers or agents thereof. Errors and Omissions Insurance coverage shall not limit any liabilities or any other obligations that the Contractor has under the Contract.

39. Mandatory Reporting of Fraud and Criminal Activity The Contractor shall report to the Office of Early Learning’s Contract Manager within twenty-four (24) chronological hours all suspected or known instances of Contractor’s operational fraud or criminal activities relating to the Contract.

40. Notification of Legal Action The Contractor shall notify the Office of Early Learning of legal actions taken against it or potential actions such as lawsuits, related to services provided through this contract or that may impact the Contractor’s ability to deliver the contractual services, or adversely impact the Office of Early Learning. The Office of Early Learning’s contract manager will be notified in writing within twenty- four (24) chronological hours of Contractor becoming aware of such actions or from the day of the legal filing, whichever comes first.

41. Whistleblower’s Act Requirements RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 60

In accordance with subsection 112.3187(2), F.S., the Contractor and its subcontractors shall not retaliate against an employee for reporting violations of law, rule or regulation that creates and presents a substantial and specific danger to the public’s health, safety, or welfare. Furthermore, agencies or independent contractors shall not retaliate against any person who discloses information to an appropriate agency alleging improper use of governmental office, gross waste of funds, or any other abuse or gross neglect of duty on the part of any agency, public officer, or employee. The Contractor and any subcontractor shall inform its employees that they and other persons may file a complaint with the Office of Chief Inspector General, the Office of Early Learning’s Inspector General, and the Florida Commission on Human Relations or the Whistle-blower’s Hotline number at 1-800-543-5353.

42. Reasonable Assurances If Requested If the Office of Early Learning learns of the existence of legal or financial conditions during the term of the Contract, whether disclosed by the Contractor or independently discovered by the Office of Early Learning, that causes the Office of Early Learning concern that the Contractor’s ability or willingness to perform the Contract is jeopardized, then upon written demand by the Office of Early Learning, the Contractor shall provide to the Office of Early Learning in writing all reasonable assurances to demonstrate that the Contractor will be able to perform the Contract in accordance with its terms and conditions, and the Contractor and/or its subcontractor(s) has not and will not engage in conduct in performing services for the Office of Early Learning which is similar in nature to the conduct that is the subject of the legal or financial conditions causing such concern.

43. Loss of Federal or State Funding 43.1. In the event funds to finance the Contract become unavailable or if federal and state funds upon which the Contract is dependent is withdrawn or redirected, the Office of Early Learning may terminate the Contract upon no less than twenty-four (24) hours written notice to the Contractor. Said notice shall be delivered by certified mail, return receipt requested or in person with proof of delivery. The Office of Early Learning shall be the final authority as to the availability of funds. In the event that the Office of Early Learning terminates the Contract for lack of funding, the Office of Early Learning shall pay the Contractor as follows:

43.1.1. For Contractor’s work in progress that has not yet culminated in a Deliverable accepted by the Office of Early Learning, the Office of Early Learning shall reimburse Contractor for all documented and verifiable costs reasonably incurred for such Contract work.

43.1.2. The Office of Early Learning shall reimburse Contractor for all documented and verifiable costs reasonably incurred terminating or winding down the Contract.

43.1.3. In no event shall Contractor be entitled to receive, or the Office of Early Learning obligated to pay, any amounts in excess of what is legally appropriated and available for the Office of Early Learning to devote to Contract payments.

43.2. If such funds are not appropriated or available for the Contract purpose, such event will not constitute a default on part of the Office of Early Learning or the State. The Office of Early Learning agrees to notify the Contractor in writing at the earliest possible time if funds are not appropriated or available. The cost of services paid under any other Contract or from any other source is not eligible for reimbursement under the Contract.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 61

43.3. The Contractor shall cooperate and make available any documentation in order for the State and the Office of Early Learning to comply with applicable federal statues, laws, rules, policy, guidance and procedures as it relates to the funding of the Contract.

44. Intellectual Property – Patent Rights Pursuant to 45 CFR 92.36(i)(8), Contractor agrees that to the extent applicable under this contract to comply with the following: That Contracts or agreements for the performance of experimental, developmental, or research work shall provide for the rights of the Federal Government and the Contractor in any resulting invention in accordance with 37 C.F.R. part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements”, and any implementing regulations issued by the awarding agency. See this link for complete details if applicable: http://www.gpo.gov/fdsys/pkg/CFR-2012-title37- vol1/pdf/CFR-2012-title37-vol1-part401.pdf.

If any discovery or invention arises or is developed in the course of or as a result of work or services performed with funds from this Contract, or in any way connected with the Early Learning Programs or the Office of Early Learning, the Contractor shall refer the discovery to the Office of Early Learning.

Pursuant to s. 286.021, F.S., if the discovery or invention arises or is developed in connection with the use of state funds, the Office of Early Learning will refer it to the Department of State to determine whether patent protection will be sought in the name of the State of Florida. Any and all patent rights accruing under or in connection with the performance of this Contract are hereby reserved to the State of Florida.

45. Intellectual Property – Copyrights Pursuant to 45 C.F.R. 92.34, the U.S. Department of Health and Human Services, Administration for Children and Families, reserves a royalty-free, nonexclusive, and irrevocable license to reproduce, publish or otherwise use, and to authorize others to use, for Federal Government purposes: (a) the copyright in any work developed under the Contract; and (b) any rights of copyright to which the Office of Early Learning or the Contractor purchases ownership with grant support. See 45 CFR 92.36 (i)(9).

Pursuant to s. 286.021, F.S., and subject to claims of the U.S. Department of Health and Human Services, any and all copyrights accruing under or in connection with this Contract funded by the Office of Early Learning are hereby reserved to the State of Florida.

46. Intellectual Property – Rights in Data All data created by the Office of Early Learning or received by the Contractor from the Office of Early Learning, whether electronic or hardcopy, during the duration of the Contract are the property of the Office of Early Learning and must be surrendered to the Office of Early Learning upon expiration, termination or cancellation of the Contract at no cost to the Office of Early Learning. See 45 CFR 92.36(i)(9).

47. Change of Ownership of Contractor If a change of ownership of the Contractor is anticipated during the contract period following the Contract effective date, the Contractor must notify the Office of Early Learning’s Contract Manager by email within twenty-four (24) hours of learning of the potential change in ownership and describe the circumstances of such change and indicate when the change is likely to occur. RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 62

48. Staff Qualifications and Substitutions Contractor shall ensure that all staff assigned to this contract is qualified to deliver services under the terms and conditions of this Contract. Qualifications must include not only appropriate educational background based upon job duties, but also experience in similar or like employment. Staff qualifications must be in writing for all staff assigned to this contract while the contract remains in effect.

Contractor shall notify the Contract Manager by email no later than ten days of any changes in the staff assigned to this Contract, and shall include information related to replacement staff assigned to the Contract. Changes in staff are subject to review and approval of the Office of Early Learning.

49. Time is of the Essence Time is of the essence regarding the performance obligations set forth in the Contract.

50. Reports - Florida Abuse Hotline In compliance with Chapters 39 (s. 39.201, F.S.) and 415 (s. 415.1034, F.S.), F.S., any employee of the Contractor who knows or has reasonable cause to suspect:

50.1. That a child, is abused, abandoned, or neglected by a parent, legal custodian, caregiver, or other person responsible for the child’s welfare or that a child is in need of supervision and care has no parent, legal custodian, or responsible adult relative immediately known and available to provide supervision and care; or,

50.2. That a vulnerable adult has been or is being abused, neglected, or exploited;

Then any employee of the Contractor shall immediately report such knowledge or suspicion to the Florida Abuse Hotline on the single statewide toll-free telephone number (1-800-96ABUSE). See 45 CFR 92.36(i)(7).

51. Reports - Office of Minority Business Enterprise Reports The Contractor shall submit to the Florida Department of Education on a quarterly basis a report listing all expenditures with Florida Certified Minority Business Enterprises as certified under s. 287.0943, F.S. The Contractor shall submit the quarterly minority expenditure report to the following address:

Florida Department of Education Bureau of Contracts, Grants and Procurement, CMBE Coordinator 325 West Gaines Street, 332 Turlington Building Tallahassee, FL 32399-0400

52. Reports – For Additional Reporting Requirements See the Scope of Work See 45 CFR 92.36(i)(7).

53. Licenses, Permits, and Taxes The Contractor shall pay for all licenses, permits, taxes, or other fees required for the performance of this Contract.

54. Compliance with Applicable Laws RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 63

The Contractor shall comply with all applicable Federal, State of Florida, and local laws governing its performance of the Contract, which include, but are not limited to, the following:

54.1. Chapter 411, Part I, F.S., General Provisions; 54.2. Chapter 1002, Part V, F.S., Voluntary Pre-Kindergarten Education Program (VPK); 54.3. Section 215.97, F.S., State Single Audit Act; 54.4. Chapter 119, F.S., Public Records; 54.5. OMB Circulars, as applicable: 54.5.1. A-21 - Educational institutions 54.5.2. A-87 - State, Local, and Indian Tribal Governments Cost Principles (2 CFR Part 225), 54.5.3. A-102 - State and Local Governments 54.5.4. A-110 - Uniform Administrative Requirements (2 CFR Part 215), (45 CFR Part 74); 54.5.5. A-122 - Cost Principles for Nonprofit Sub-recipients (2 CFR Part 230), and 54.5.6. A-133 - Audits of States, Local governments, and Non-Profit Organizations (45 C.F.R. part 74.26); 54.6. Child Care Development Fund (CCDF) Block Grant, 42 U.S.C. s. 9858 et seq., as implemented by: 54.6.1. 45 CFR Part 98 - Child Care and Development Fund: Final Rule; 54.6.2. 45 CFR Part 99 - Procedures for Hearings for the Child Care and Development Fund; 54.7. Section 418 of the Social Security Act, as amended by Title VI of the Personal Responsibility and Work Opportunity Reconciliation Act, 42 U.S.C. Section 618; 54.8. Provisions of the Current Approved CCDF State Plan including all Approved Amendments or Revisions; 54.9. 45 C.F.R. Part 92, (Common Rule); 54.10. The Temporary Assistance for Needy Families Statutes, 42 U.S.C. s. 601, and et seq., as implemented by 45 C.F.R. parts 260-265; 54.11. The most recent HHS Grant Policy Statement along with all applicable federal policies generally described therein; 54.12. Florida Reference Guide to State (Florida) Expenditures See: http://www.myfloridacfo.com/aadir/reference_guide/Reference_Guide_For_State_Expenditures.pdf, and, 54.13. All applicable requirements of all other Federal and State laws, local codes and ordinances, executive orders, regulations and policies.

55. Equal Employment Opportunity (E.E.O.) The Contractor agrees that it shall comply with Executive Order (E.O.) No. 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR, 1964-1965 Comp. p. 339), September 24, 1965, as amended by E.O. 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” of October 13, 1967, and as supplemented by Department of Labor regulations (41 CFR part 60), “Office of Federal Compliance Programs, Equal Opportunity, Department of Labor”. See 45 CFR 92.36(i)(3).

56. Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.), as amended If this grant or contract is in an amount in excess of $100,000, Contractor shall comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 64

shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). See 45 CFR 92.36(i)(12).

57. Energy Efficiency The Contractor shall comply with mandatory standards and policies relating to energy efficiency which are contained in the State of the energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Public Law 94-163). See 45 CFR 92.36(i) (13).

58. Trafficking Victims Protection Act of 2000, (TVPA), as amended, (22 U.S.C. 7104(g)) The following award term is hereby adopted and incorporated herein by reference as if fully set forth herein:

Human Trafficking Provisions: These awards are subject to the requirements of Section 106(g) of the “Trafficking Victims Protection Act of 2000” (22 USC 7104). The full text of this requirement is found at http://www.acf.hhs.gov/grants/award-term-and-condition-for-trafficking-in-persons .

59. "The Transparency Act" (as defined in 2 CFR Part 170) The following award term is hereby adopted and incorporated herein by reference as if fully set forth herein:

Transparency Act Requirements: Awards under these programs are included under the provisions of P.L. 109-282, the “Federal Funds Accountability and Transparency Act of 2006” (FFATA). Under this statute, the State is required to report information regarding executive compensation and all sub- grants, contracts and subcontracts in excess of $25,000 through the Federal Sub-award Reporting System (https://www.fsrs.gov/) and in accordance with the terms found in Federal regulations at 2 CFR Part 170, including Appendix A.

60. Purchase of American-Made Equipment and Products Contractor agrees that, to the greatest extent practicable, all equipment and products purchased with funds made available by this Agreement will be American-made.

See the P. L. 103-333, the Departments of Labor, Health and Human Services, and Education, and Related Agencies Appropriations Act of 1995, § 507 -- It is the sense of the Congress that, to the greatest extent practicable, all equipment and products purchased with funds made available in this Act should be American-made.”

61. E-Verify Requirements Contractor agrees to utilize the U.S. Department of Homeland Security's E-Verify system to verify employment eligibility of certain persons. Failure to do so shall be cause for unilateral cancellation of the Contract by the Office of Early Learning.

See Florida Executive Orders 11-02 and 11-116. All agencies under the direction of the governor are required, as a condition of all state contracts, to have an express requirement that contractors utilize the U.S. Department of Homeland Security's E-Verify system to verify employment eligibility of certain persons.

62. Unauthorized Alien(s)

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 65

Contractor agrees that unauthorized aliens shall not be employed. The Office of Early Learning shall consider the employment of unauthorized aliens a violation of Section 274A (e) of the Immigration and Nationality Act (8 U.S.C. 1324a). Such violation shall be cause for unilateral cancellation of the Contract by the Office of Early Learning.

63. Discriminatory Vendor List In accordance with s. 287.134(2)(a), F.S.: An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. See s. 287.134(3)(a), F.S.

64. Scrutinized Companies Lists Scrutinized Companies Lists Provisions and Certification - section 287.135, Florida Statutes –

A company that, at the time of bidding or submitting a proposal for a new contract or renewal of an existing contract, is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473, or is engaged in business operations in Cuba or Syria, is ineligible for, and may not bid on, submit a proposal for, or enter into or renew a contract with an agency or local governmental entity for goods or services of $1 million or more. S. 287.135(2), F.S.

Any contract with an agency or local governmental entity for goods or services of $1 million or more entered into or renewed on or after July 1, 2012, must contain a provision that allows for the termination of such contract at the option of the awarding body if the company is found to have submitted a false certification as provided under subsection (5), been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria. S. 287.135(3)(b), F.S.

At the time a company submits a bid or proposal for a contract or before the company enters into or renews a contract with an agency or governmental entity for goods or services of $1 million or more, the company must certify that the company is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or that it does not have business operations in Cuba or Syria. S. 287.135(5), F.S.

If this Contract is in the amount of $1 million or more, in accordance with the requirements of s. 287.135(5), F.S., Contractor, by signing this contract, hereby certifies that the company is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or that it does not have business operations in Cuba or Syria.

65. Assurances The following Assurances are hereby adopted and incorporated herein by reference as if fully set forth herein.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 66

EACH MUST BE PRINTED AND SIGNED AND ATTACHED TO THIS CONTRACT WHEN THE CONTRACT IS SIGNED. THIS CONTRACT IS NOT VALID UNTIL EACH HAS BEEN COMPLETED IN FULL, SIGNED, AND ATTACHED TO AN ORIGINAL SIGNED CONTRACT.

65.1. SF-424B Non-construction Programs: http://www.acf.hhs.gov/sites/default/files/assets/sf424b.pdf. 65.2. SF-424D Construction Programs – ONLY IF APPLICABLE: http://www.acf.hhs.gov/sites/default/files/assets/sf424dv2.pdf. 65.3. Protection of Human Subjects Assurance Identification Certification Declaration: http://www.acf.hhs.gov/sites/default/files/assets/omb09900263_508.pdf

66. Certifications The following Certifications are hereby adopted and incorporated herein by reference as if fully set forth herein.

SEVERAL REQUIRE SIGNATURE AS STATED BELOW. FOR THOSE THAT REQUIRE SIGNATURE, EACH MUST BE PRINTED AND SIGNED AND ATTACHED TO THIS CONTRACT WHEN THE CONTRACT IS SIGNED. THIS CONTRACT IS NOT VALID UNTIL EACH HAS BEEN COMPLETED IN FULL, SIGNED, AND ATTACHED TO AN ORIGINAL SIGNED CONTRACT.

66.1. Certification of Filing and Payment of Federal Taxes - IF APPLICABLE, SIGNATURE REQUIRED: http://www.acf.hhs.gov/sites/default/files/assets/cert_filing_pay_fed_taxes_2008.pdf. 66.2. Certification Regarding Lobbying - SIGNATURE REQUIRED: http://www.acf.hhs.gov/grants/certification-regarding-lobbying 66.3. Debarment Certification (Primary): http://www.acf.hhs.gov/grants/certification-regarding- debarment-suspension-and-other 66.4. Debarment Certification (Lower Tier): http://www.acf.hhs.gov/grants/certification-regarding- debarment-suspension-and-other-0 66.5. Drug-free Certification -- NOT REQUIRED FOR VENDORS: http://www.acf.hhs.gov/grants/certification-regarding-drug-free-workplace-requirements 66.6. Environmental Tobacco Smoke: http://www.acf.hhs.gov/grants/certification-regarding- environmental-tobacco-smoke 66.7. Maintenance of Effort Certification SIGNATURE REQUIRED ONLY APPLICABLE TO THE OFFICE OF EARLY LEARNING: http://www.acf.hhs.gov/grants/certification-regarding- maintenance-of-effort

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 67

Exhibit 2

Contractor (Sub-recipient) Monitoring and Audit Requirements

The administration of resources awarded by the Office of Early Learning to the Contractor may be subject to audits and monitoring by the Office of Early Learning as described in this exhibit. Limitation

This Exhibit is only applicable to those Contractors who are sub-recipients – those who checked the box in section 1 of this Contract.

Accounting and Auditing Standards

The Contractor is subject to the requirements of OMB Circular A-133 which states that audits must be conducted in accordance with generally accepted government auditing standards (GAGAS) issued by the Comptroller General of the United States and generally accepted accounting principles (GAAP) identified by the American Institute of Certified Public Accountants (AICPA). The AICPA has identified the Accounting Standards Codification (ASC) developed by the Financial Accounting Standards Board (FASB) as the GAAP applicable to nongovernmental entities such as the Contractor.

Monitoring

In addition to reviews of audits conducted in accordance with OMB Circular A-133 and s. 215.97, F.S., as revised (see “AUDITS” below), the Office of Early Learning may conduct or arrange for monitoring of activities of the Contractor. Such monitoring activities may include, but not be limited to, on-site visits by the Office of Early Learning’s staff, contracted consultants, or limited scope audits as defined by OMB Circular A-133, as revised, and/or other procedures. By entering into this contract, the Contractor agrees to comply and cooperate with any monitoring procedures or processes deemed appropriate by the Office of Early Learning. In the event the Office of Early Learning determines that a limited scope audit of the Contractor is appropriate, the Contractor agrees to comply with any additional instructions provided by the Office of Early Learning’s staff to the Contractor regarding such audit. The Contractor further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Unites States Department of Health and Human Services, the Department of Financial Services, or Florida’s Auditor General. Audits

Part I: Federally Funded

This part is applicable if the Contractor is a State or local government or a non-profit organization as defined in OMB Circular A-133, as revised.

In the event that the Contractor expends $500,000 or more in Federal awards in its fiscal year, the Contractor must have a single or program-specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised. The Office of Early Learning’s Notice of Award or Contract Routing Form indicates Federal resources awarded through the Office of Early Learning by this contract. In determining the Federal awards expended in its fiscal year, the Contractor shall consider all sources of Federal awards, including Federal resources received from the Office of Early Learning. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised. An audit of the Contractor conducted by RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 68

the Auditor General in accordance with the provisions of OMB Circular A-133, as revised, will meet the requirements of this part.

In connection with the audit requirements addressed in Part I, above, the Contractor shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised.

If the Contractor expends less than $500,000 in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, is not required. In the event that the Contractor expends less than $500,000 in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, the cost of the audit must be paid from non-Federal resources (i.e., the cost of such an audit must be paid from Contractor resources obtained from other than Federal entities).

Part I: Federally Funded – Miscellaneous Matters

The audits shall cover the entire Contractor’s organization for the organization’s fiscal year. Compliance findings related to contracts with the Office of Early Learning shall be based on the contract requirements, including any rules, regulations, or statutes referenced in the Contract. The financial statements shall disclose whether or not the matching requirement was met for each applicable contract. All questioned costs and liabilities due to the Office of Early Learning shall be fully disclosed in the audit report with reference to the Office of Early Learning contract involved. Additionally, the results from the Office of Early Learning’s annual financial monitoring reports must be included in the audit procedures and the OMB A-133 audit reports.

If not otherwise disclosed as required by section .310(b)(2) of OMB Circular A-133, as revised, the schedule of expenditures of Federal awards shall identify expenditures by contract number for each contract with the Office of Early Learning in effect during the audit period.

Commercial Organizations (i.e., For Profit Corporations) - Non-Federal Audits (45 CFR 74.26)

(1) Recipients and sub-recipients that are commercial organizations (including for-profit hospitals) have two options regarding audits:

(i) A financial related audit (as defined in the Government Auditing Standards, GPO Stock #020– 000–00–265–4) of a particular award in accordance with Government Auditing Standards, in those cases where the recipient receives awards under only one HHS program; or, if awards are received under multiple HHS programs, a financial related audit of all HHS awards in accordance with Government Auditing Standards; or

(ii) An audit that meets the requirements contained in OMB Circular A–133.

(2) Commercial organizations that receive annual HHS awards totaling less than OMB Circular A– 133's audit requirement threshold are exempt from requirements for a non-Federal audit for that year, but records must be available for review by appropriate officials of Federal agencies. A web site that provides links to several Federal Single Audit Act resources can be found at: http://harvester.census.gov/sac/sainfo.html.

Part II: State Funded RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 69

This part is applicable if the Contractor is a non-state entity as defined by s. 215.97(2), F.S. – The Florida Single Audit Act.

In the event that the Contractor expends a total amount of state financial assistance equal to or in excess of $500,000 in any fiscal year of such Contract, the Contractor must have a State single or project-specific audit for such fiscal year in accordance with s. 215.97, F.S.; applicable rules of the Department of Financial Services; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. The Office of Early Learning’s Notice of Award or Contract Routing Form indicates state financial assistance awarded through the Office of Early Learning by this contract. In determining the state financial assistance expended in its fiscal year, the Contractor shall consider all sources of state financial assistance, including state financial assistance received from the Office of Early Learning, other state agencies, and other non- state entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a non-state entity for Federal program matching requirements.

In connection with the audit requirements addressed in Part II, paragraph 2, above, the Contractor shall ensure that the audit complies with the requirements of s. 215.97(8), F.S. This includes submission of a financial reporting package as defined by s. 215.97(2), F.S., and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General.

If the Contractor expends less than $500,000 in state financial assistance in its fiscal year, an audit conducted in accordance with the provisions of s. 215.97, F.S., is not required. In the event that the Contractor expends less than $500,000 in state financial assistance in its fiscal year and elects to have an audit conducted in accordance with the provisions of s. 215.97, F.S., the cost of the audit must be paid from the non-state entity’s resources (i.e., the cost of such an audit must be paid from the Contractor’s resources obtained from other than State entities).

Part II: State Funded – Miscellaneous Matters

Additional information regarding the Florida Single Audit Act can be found at: http://www.myflorida.com/audgen/pages/pdf_files/fsaa%20q_a.pdf

Part III: Other Audit Requirements

Related Party Disclosures

The Contractor shall ensure that all related party transactions are included in the financial statement footnote disclosures in accordance with requirements defined in Financial Accounting Standards Board (FASB) Accounting Standards Codification (ASC) 850, Related Party Disclosures. Generally accepted auditing standards (GAAS) require that financial statement auditors evaluate whether the related party transaction(s) are adequately disclosed in the financial statements. The Contractor will ensure that all possible related party transactions are disclosed to the financial statement auditor(s). In addition, the Contractor will ensure compliance with the applicable requirements of Chapter 112, F.S., as required by s. 411.01(5)(a)10., F.S.

Auditor Work Papers On Internal Controls

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 70

The Contractor shall also obtain the internal control work-papers from the auditor(s) performing their annual independent financial statement audit. The Contractor will keep these work-papers onsite as part of their financial records and will provide a copy to the Office of Early Learning as part of the Contractor’s reporting package per the instructions in this Exhibit, Part IV, entitled Report Submission.

Compliance and Reporting On Internal Controls

The Contractor is required to perform a self-assessment of internal controls by completing the Office of Early Learning’s annual Internal Control Questionnaire (ICQ) Survey Form. The Contractor shall provide a copy of the completed annual ICQ Survey Form to the Office of Early Learning, as instructed below, by September 30th of each contract award period unless other written instructions are provided by the Office of Early Learning.

Each Contractor shall submit electronically the completed ICQ and any other supporting files considered necessary to the following SharePoint Zone site: FMSAS/2012-13 ICQ - Completed.

The Office of Early Learning will provide the annual ICQ Survey Form to the Contractor by July 1 of each award period in an electronic format, unless other arrangements are made by the Office of Early Learning. The annual ICQ Survey Form will help the Contractor document that the primary objectives of internal controls pertaining to compliance requirements for Federal Programs, including the following, are met, in accordance with OMB Circular A-133 section _.105:

1. Transactions are properly recorded and accounted for; 2. Transactions are executed in compliance with laws, regulations and contract provisions; and 3. Funds, property and other assets are safeguarded against loss from unauthorized use or disposition.

(NOTE: This part is used to specify any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity’s policy (i.e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to s. 215.97(8), F.S., State agencies may conduct or arrange for audits of state financial assistance that are in addition to audits conducted in accordance with s. 215.97, F.S. In such an event, the State awarding agency must arrange for funding the full cost of such additional audits.)

Part IV: Report Submission

Copies of reporting packages (including any management letter issued by the auditor) for audits conducted in accordance with OMB Circular A-133, as revised, and required by PART I of this agreement shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, by or on behalf of the Contractor directly to each of the following:

The Office of Early Learning at each of the following addresses:

Office of the Inspector General Office of Early Learning 250 Marriott Drive Tallahassee, FL 32301

Financial Management Systems Assurance Section (FMSAS) RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 71

Office of Early Learning 250 Marriott Drive Tallahassee, FL 32301

The Federal Audit Clearinghouse as designated in OMB Circular A-133, as revised, with the number of copies as required by Sections .320 (d)(1) and (2), OMB Circular A-133, as revised, at the following address:

Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132

Other Federal agencies and pass-through entities in accordance with Sections .320(e) and (f), OMB Circular A-133, as revised

Pursuant to Section .320(f), OMB Circular A-133, as revised, the Contractor shall submit a copy of the reporting package described in Section .320 (c), OMB Circular A-133, as revised, and any management letter issued by the auditor, to the Office of Early Learning at each of the addresses listed above.

Copies of financial reporting packages required by PART II shall be submitted by or on behalf of the Contractor directly to each of the following:

The Office of Early Learning at each of the following addresses:

Office of the Inspector General Office of Early Learning 250 Marriott Drive Tallahassee, FL 32301

Financial Management Systems Assurance Section (FMSAS) Office of Early Learning 250 Marriott Drive Tallahassee, FL 32301

The Auditor General’s Office at the following address:

Auditor General’s Office Room 401, Pepper Building 111 West Madison Street Tallahassee, Florida 32399-1450

Any reports, management letter, or other information required to be submitted to the Office of Early Learning pursuant to this agreement shall be submitted timely in accordance with OMB Circular A- 133, Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for- profit organizations), Rules of the Auditor General, as applicable.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 72

Contractor, when submitting financial reporting packages to the Office of Early learning for audits done in accordance with OMB Circular A-133 or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the Contractor in correspondence accompanying the reporting package.

Exhibit 3

Scope of Work

Inclusion of Solicitation Documents & Vendor Response

The Scope of Work shall include the original specifications and all responses and addendums by the Contractor, including all representations, warranties, commitments, and related correspondence as contractual obligations.

THIS SPACE LEFT BANK INTENTIONALLY

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 73

ATTACHMENT ‘8’

Technical Plan Reviewer Worksheet Page(s) where project Requirement element is addressed 1.0 Project Plan 2.0 Data Collection 2.1 The Contractor shall compile an inventory describing the types of pre-and-post assessments and the process the 31 early learning coalitions used. The inventory shall: 2.1.1 Be based on the geographic boundaries that make up the early learning coalitions, RCMA and Head Start grantees; 2.1.2 Describe all of the current pre-and-post assessments in use in the 31 early learning coalitions, RCMA and Head Start grantees; 2.1.3 Describe, by early learning coalition, RCMA and by Head Start grantee, the support activities related to the administration and scoring of the pre-and-post assessments including, but not limited to, staff time, technical assistance and materials; 2.1.4 Describe, by early learning coalition and by Head Start grantee, how many children are being assessed, what age, how often and the number of providers participating in the assessment 2.2 The inventory shall include pre-and-post assessment data elements including, but not limited to: 2.2.1 Name of the assessment, 2.2.2 Publisher of the assessment, 2.2.3 Developer(s) of the assessment, 2.2.4 Versions and Publication Date(s) 2.2.5 Type of assessment (e.g., observational, formal, informal, etc.); 2.2.6 Norm referenced (Y/N); 2.2.7 Criterion referenced (Y/N); 2.2.8 Purposes of the assessment: 2.2.8.1 Diagnostic, 2.2.8.2 Screening, 2.2.8.3 Instructional /curriculum, and 2.2.8.4 Progress monitoring. 2.2.9 Reported Validity, 2.2.10 Reported Reliability, 2.2.11 Other psychometric properties, such as the population upon which the assessment was normed, 2.2.12 Administration of the assessment to include: 2.2.12.1 Time to administer, 2.2.12.2 Ease of use, 2.2.12.3 Ease of administration, and 2.2.12.4 Assessor qualifications and certification. 2.2.13 Scoring method by instrument, 2.2.14 Type of data gathering methods to include: 2.2.14.1 Naturalistic/observational, 2.2.14.2 Class setting, 2.2.14.3 Task performance, 2.2.14.4 At-home, 2.2.14.5 Parent Input, 2.2.14.6 Individually, and2.2.14.7 Multiple data points. 2.2.15 Reporting of data 2.2.16 Data management system including: 2.2.16.1 Availability (Y/N), 2.2.16.2 Levels of data aggregation, 2.2.16.3 Web-based user interface (Y/N), and 2.2.16.4 Administrative levels including parent, teacher, center, multiple site, and state. 2.2.17 Appropriate or targeted age groups, 2.2.18 Domains and Sub-Domains, 2.2.19 Available Languages, 2.2.20 Cultural Sensitivity, 2.2.21 Description of use with children with disabilities, 2.2.22 Description of use with English language learners, and 2.2.23 Parent or family involvement. 2.3 The Contractor shall determine and describe the alignment of each assessment instruments identified in subsection 2.1 to the domains established in Florida’s Early Learning and Developmental Standards: Birth-Five (Standards): http://www.floridaearlylearning.com/Documents/Policy-Forms/Form_OEL- SR_30_Florida_Early_Learning_and_Developmental_Standards_091412.pdf 2.3.1 Findings developed through the Contractor’s research shall be independent of those issued by the assessment’s publisher.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 74

Technical Plan Reviewer Worksheet Page(s) where project Requirement element is addressed 2.3.2 Findings shall be presented in a Table of Alignment for each assessment, including a list of the assessment instrument’s domain and subdomain item numbers, and the domains and subdomains listed. 2.3.3 Alignments shall be aggregated by each assessment instrument and in a master crosswalk table that includes all applicable assessment instrument elements and all the domains and subdomains in the Standards. 2.4 The Contractor shall determine and describe the alignment of each domain and subdomain of all assessment instruments identified in subsection 2.1 to each other. 2.4.1 Findings developed through the Contractor’s research shall be independent of those issued by the assessment’s publisher. 2.4.2 Findings shall be presented in a Table of Domain and Sub-Domain Alignment for all assessment instrument’s domain and subdomains. 2.4.3 Alignments shall be aggregated by each assessment instrument and in a crosswalk table that includes all the domains and subdomains in all identified assessment instruments. 3.0 Summary of Initial Findings Report 3.1 Contractor’s Responsibilities. The Contractor shall provide a draft Summary of Initial Findings Report to the Office of Early Learning. Data for the early learning coalitions, RCMA and Head Start grantees shall be aggregated and reported separately. The report shall include, but is not limited to: 3.1.1 An inventory of pre-and-post assessment instruments from the findings resulting from the tasks in Section 2.0, per the specifications set forth in subsection 2.1. 3.1.2 A compendium of assessment instrument specifications from the findings resulting from the tasks in Section 2.0, per the specifications set forth in subsection 2.2. 3.1.3 A Table of Alignment per the specifications set forth in subsection 2.3. 3.1.4 A Table of Domain and Sub-Domain Alignment per the specifications set forth in subsection 2.4. 3.2 The Contractor shall provide a Final Summary of Initial Findings Report to the Office for approval incorporating any edits or recommendations provided by the Office following review of the draft report detailed in sub-Section 3.1. 4.0 Assessment Analysis Plan 4.1 Contractor’s Responsibilities. 4.1.1 Develop a draft Assessment Analysis Plan based on the data available resulting from the tasks detailed in subsections 2.0 and 3.0 above and submit to the Office of Early Learning for approval. At a minimum, the plan shall address: 4.1.1.1 Development of a table of alignment of domains in each preschool assessment instrument identified in subsection 2.0 with the domains in the kindergarten assessments including the Florida Kindergarten Readiness Screener (FLKRS), a subset of the Early Childhood Observation System™ (ECHOS™) and the first two measures of the Dynamic Indicators of Basic Early Literacy Skills™ (DIBELS™) for kindergarten and the Stanford Early School Achievement Test (SESAT), 4.1.1.2 Development of a correlation matrix that analyzes the psychometric properties of each preschool assessment instrument identified in subsection 2.0 with the set of kindergarten assessment instruments described in section 5.1, 4.1.1.3 Based on strong alignment of domains and robust psychometric properties, how to determine which preschool assessment instruments identified in subsection 2.0 would have the greatest likelihood of predictive validity for future performance on the kindergarten assessment instruments described in section 5.0. 4.1.2 Conduct a meeting in person or via webinar with the Office of Early Learning project staff within ten (10) calendar days of receiving approval/disapproval of the draft Assessment Analysis Plan from the Office of Early Learning, in person or by webinar, to review the Summary of Initial Findings Report, draft Assessment Analysis Plan elements, goals, timelines and any Office recommendations. 5.0 Analysis of Assessment Instruments. The Contractor shall:

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 75

Technical Plan Reviewer Worksheet Page(s) where project Requirement element is addressed 5.1 Develop a table of alignment of domains in each preschool assessment instrument identified in subsection 2.0 with the domains in the kindergarten assessments including the Florida Kindergarten Readiness Screener (FLKRS), a subset of the Early Childhood Observation System™ (ECHOS™) and the first two measures of the Dynamic Indicators of Basic Early Literacy Skills™ (DIBELS™) for kindergarten and the Stanford Early School Achievement Test (SESAT)., 5.2 Develop a correlation matrix that analyzes the psychometric properties of each preschool assessment instrument identified in subsection 2.0 with the set of kindergarten assessment instruments described in section 5.1., 5.3 Based on strong alignment of domains and robust psychometric properties, determine which preschool assessment instruments identified in subsection 2.0 would have the greatest likelihood of predictive validity for future performance on the kindergarten assessment instruments described in section 5.1. 6.0 Early Care and Education Pre-and-Post Assessment Report. 6.1 Contractor Responsibilities. 6.1.1 Develop and deliver to the Office of Early Learning a comprehensive draft Florida Early Care and Education Pre-and-Post Assessment Report that shall include, at a minimum: 6.1.1.1 A detailed description of methodology and data sources used for all objectives, 6.1.1.2 A summary of the Contractor’s findings from the psychometric analysis described in Section 5.0, limitations of the analysis and the overall quality of the operations performed; 6.1.1.3 A table of alignment of domains in each preschool assessment instrument identified in subsection 2.0 with the domains in the kindergarten assessments including the Florida Kindergarten Readiness Screener (FLKRS), a subset of the Early Childhood Observation System™ (ECHOS™) and the first two measures of the Dynamic Indicators of Basic Early Literacy Skills™ (DIBELS™) for kindergarten and the Stanford Early School Achievement Test (SESAT; 6.1.1.4 A correlation matrix that analyzes the psychometric properties of each preschool assessment instrument identified in subsection 2.0 with the set of kindergarten assessment instruments described in section 5.1., 6.1.1.5 A determination which preschool assessment instruments identified in subsection 2.0 would have the greatest likelihood of predictive validity for future performance on the kindergarten assessment instruments described in section 5.1. 6.1.1.8 An annotated bibliography. 6.1.2 Findings for the early learning coalitions and the Head Start grantees shall be reported separately within the overall report. 6.1.3 The format for the written portions of the deliverable shall be Microsoft Word 2007 or above. For tables and charts use Microsoft Excel 2007 or above. The contractor shall submit draft documents in electronic format. 6.1.4 Within ten (10) calendar days following approval of the draft Florida Early Care and Education Pre- and-Post Assessment Report, develop and deliver to the Office a comprehensive final Florida Early Care and Education Pre-and-Post Assessment Report for approval. The final report shall be based on and incorporate the approved draft Florida Early Care and Education Pre-and-Post Assessment Report. The report shall include any edits or recommendations provided by the Office following review of the draft report. The final report shall: 6.1.4.1 Be submitted in both electronic and hard copy per the specification in subsection 6.1.2. 6.1.4.2 Include all data sets used for the analysis in an organized electronic format (e.g., memory device or DVD with a sub- menu). 6.1.4.3 Include a print-ready Adobe.pdf version suitable for publication.

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 76

ATTACHMENT ‘9’

Florida Head Start Grantees Early Head Preschool Migrant Grantee Start Head Start Head Start 1. Alachua County Public Schools 3600 Northeast 15th Street X Gainesville, Florida 32609 (352) 955-6875 2. ALPI Early Head Start 300 Lynchburg Road X X Lake Alfred, Florida 33850 (863) 956-3491 3. Board of County Commissioners Hillsborough County Head Start/Early Head Start X X 3639 W. Waters Ave. Suite 500 Tampa, Florida 33614 (813) 272-5140 4. Capital Area Community Action Agency Head Start 309 Office Plaza Drive X Tallahassee, Florida 32301 (850) 201-2050 5. Charlotte County Public Schools Head Start/Early Head Start 311 East Charlotte Avenue X X Punta Gorda, Florida 33950 (941) 575-5470 Ext. 207 6. Childhood Development Services Head Start/Early Head Start 1601 NE 25th Ave. Suite 900 X X Ocala, Florida 34470-0289 (352) 629-0055 Ext. 327 7. Children First Inc. Head Start/Early Head Start 1723 North Orange Avenue X X Sarasota, Florida 34234-8511 (941) 953-3877 8. Children’s Home Society of Florida Early Head Start 1485 South Semoran Blvd. X Suite 1402 Winter Park, Florida 32792 (321) 397-3000 Ext. 335 9. Collier County Public Schools Head Start 616 South 5th Street X Immokalee, Florida 34109 (239) 377-0570 10. Community Action Program Committee, Inc. 1308 North Palafox Street X X Pensacola, Florida 32501 (850) 438-4021

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 77

Early Head Preschool Migrant Grantee Start Head Start Head Start 11. Community Coordinated Care for Children Head Start/Early Head Start 3500 West Colonial Drive X X Orlando, Florida 32808 (407) 532-4365 12. Community Development Institution Brevard County Early Head Start 18 Harrison Street X Cocoa, Florida 32922 (321) 576-0829

Pinellas County Head Start/Early Head Start Tall Pines Business Center 2210 Tall Pines Drive, Suite 200 X X Largo, Florida 33771 (727) 547-5920 13. District School Board of Pasco County Head Start/Early Head Start 7227 Land O' Lakes Boulevard X X Land O' Lakes, Florida 34638-9529 (813) 794-2730 14. Early Education and Care, Inc. Head Start/Early Head Start 450 Jenks Avenue X X Panama City, Florida 32401 (850) 872-7550 Ext. 2231 15. East Coast Migrant Head Start Project Florida Direct Services – Western Region 3700 DMG Drive X Lakeland, Florida 33811 (863) 299-7100

East Coast Migrant Head Start Project Florida Direct Services- Eastern Region X 1111 SE Federal Highway, Suite 226 Stuart, Florida 34994 (772) 781-2334 Ext. 813 16. Economic Opportunities Council of Indian River Inc. Head Start of Indian River and Okeechobee Counties Mailing: Post Office Box 2766 X Vero Beach, Florida 32961-2766 Physical: 2455 St Lucie Ave, Vero Beach, Florida 32960 (772) 589-8008 17. Episcopal Children's Services Head Start/Early Head Start 8443 Baymeadows Rd. Suite 1 X X Jacksonville, Florida 32256 (904) 726-1500 Ext. 236 RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 78

Early Head Preschool Migrant Grantee Start Head Start Head Start 18. FSU Early Head Start Program 1339 East Lafayette Street X Tallahassee, Florida 32301 (850) 922-1330 19. Jackson County School Board Head Start/Early Head Start Mailing: Post Office Box 5958, Marianna, Florida 32447 X X Physical: 2950 Cherokee Street, Marianna, Florida 32446 (850) 482-1266 20. Jacksonville Urban League Head Start/Early Head Start 903 West Union Street X X Jacksonville, Florida 32204 (904) 721-9788 Ext. 230 21. Kids Incorporated Early Head Start X 2326 Centerville Road

Tallahassee, Florida 32308 (850) 414-9800 Ext. 106 22. Lake Community Action Agency, Inc. Head Start/Early Head Start 501 North Bay Street X X Eustis, Florida 32726 (352) 357-7070 Ext. 117 23. Lee County School District Head Start/Early Head Start 3650 Michigan Avenue, Suite 4 X X Fort Myers, Florida 33916 (239) 332-2512 24. Lutheran Services Florida P.E.P.P.I. Head Start 301 Southwest Eighth Street X Belle Glade, Florida 33430 (561) 996-1718 25. Manatee Community Action Agency Head Start/Early Head Start 302 Manatee Avenue, East, Suite 100 X X Bradenton, Florida 34208 (941) 750-6667 Ext. 7001 26. Martin County School District Head Start 3940 Southeast Salerno Road X Stuart, Florida 34997-1893 (772) 219-1893 Ext. 101 27. Miami Dade CAA Head Start/Early Head Start 701 NW First Court, 9th Floor X X Miami, Florida 33136 (786) 469-4622

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 79

Early Head Preschool Migrant Grantee Start Head Start Head Start 28. Mid-Florida Community Services, Inc. Head Start 803 South Woodland Boulevard X DeLand, Florida 32720 (352) 754-2464 Ext. 204 29. Monroe County Public Schools Head Start 241 Trumbo Road X Key West, Florida 33040 (305) 293-1400 Ext. 53320 30. Child Development, Inc. Head Start/Early Head Start Mailing: Post Office Box 38, Wewahitchka, Florida 32465 X X Physical: 200 North Second Street, 2nd Floor, Wewahitchka, Florida 32465 (850) 639-5080 Ext. 12 31. Okaloosa County Comprehensive Head Start/Early Head Start 60 Second Street, Suite 401 X X Shalimar, Florida 32579-1769 (850) 651-0645 32. Orange County Head Start 2100 East Michigan Street X Orlando, Florida 32806 (407) 836-6590 33. Palm Beach County Board of County Commissioners Head Start/Early Head Start Four Points Building X X 50 South Military Trail, Ste. 203 West Palm Beach, Florida 33415 (561) 233-1600 34. Polk County School District Preschool Programs Mailing: Post Office Box 391, Bartow, Florida 33831 X Physical: PCS Woodlake Center, 3425 New Jersey Road, Lakeland, Florida 33803 (863) 648-3051 35. Redlands Christian Migrant Association (RCMA) Head Start/Early Head Start 402 West Main Street X X X Immokalee, Florida 34142 (239) 658-3560 36. Santa Rosa School Board Head Start/Early Head Start 4950 Susan Street X X Milton, Florida 32570 (850) 983-5720 Ext. 200

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 80

Early Head Preschool Migrant Grantee Start Head Start Head Start 37. School Board of Brevard County Head Start 2700 Judge Fran Jameison Way X Viera, Florida 32940 (321) 633-100 Ext. 339 38. School Board of Broward County Head Start/Early Head Start 600 Southeast Third Ave. 6th Floor X X Ft. Lauderdale, Florida 33301 (754) 321-1959 39. School Board of Gadsden County Head Start 35 Martin Luther King Boulevard X Quincy, Florida 32351 (850) 627-3861 40. St. Johns County School District Head Start The Webster School 420 North Orange Street X St. Augustine, Florida 32084 (904) 547-4899 41. Suwannee Valley 4C's Head Start/Early Head Start Mailing: Post Office Box 2637, Lake City, Florida 32056-2637 X X Physical: 236 SW Columbia Street, Lake City, Florida 32025 (386) 754-2222 Ext. 106 42. Taylor County School Board Head Start 520 East Lafayette Street X Perry, Florida 32347 (850) 838-2558 43. The Chiles Academy, Inc. 868 George West Engram Boulevard X Daytona Beach, Florida 32114 (386) 322-6102 44. The Dunbar Center, Inc. Early Head Start 12100 Southeast Lantana Avenue X Hobe Sound, Florida 33455 (772) 545-0644 45. Tri-County Community Council, Inc. Head Start 2499 Cypress Street X X Westville, Florida 32464 (850) 548-9900

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 81

PROPOSAL CHECKLIST

(DOES NOT NEED TO BE RETURNED WITH THE PROPOSAL)

This Checklist is provided as a guideline only, to assist vendors in the preparation of their proposal. Included are some important matters that the proposer should check. This checklist is just a guideline, and is not intended to include all matters required by the RFP. Proposers are responsible to read and comply with the RFP in its entirety.

Check off each the following:

____ 1. The Scope of Services has been thoroughly reviewed for compliance to the proposal requirements.

____ 2.The www.myflorida.com website has been checked and any Addenda posted have been completed, signed, and included in the Proposal.

____ 3.The price proposal has been reviewed for accuracy and all price corrections have been initialed in ink.

____ 4.The "Transmittal Letter" (on Company Letterhead) has been completed, signed, and enclosed in the proposal.

____ 5.The "Work References" form has been completed, and enclosed in the proposal.

____ 6.The "Disclosure Statement" has been read, completed, and enclosed in the proposal.

____ 7.The "Drug-Free Workplace Program Certification" form has been read, signed, and enclosed in the proposal, if applicable

____ 8.The "Minority Business Enterprise (MBE) Certification" is attached, if applicable

____ 9. On the lower left hand corner of the envelope transmitting the proposal, write in the following information:

Proposal No.: RFP 2013-51

Title: EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT

Due Date & Time: APRIL 17, 2012 @ 10:30 AM

RFP 2013-51 EARLY CARE AND EDUCATION PRE-AND-POST ASSESSMENT ANALYSIS AND REPORT Page 82