SlideShare a Scribd company logo
Class Name PTDipComIntake15/CertLSCM7/SRM9/BE5
Module Quantitative Analysis
Quantitative Analysis Assignment
Instructions
1. Complete all the THREE questions
2. Your assignment may be hand-written or typed on A4 papers
(with or without lines)
3. Do not need to copy the questions.
4. Include the ‘Assignment Coversheet cum Lecturer’s
Comment Form’ at the front of your assignment.
5. On the ‘Given Name’ section in the Coversheet, write done
your FULL NAME as indicated in the class
register
6. Submit your assignment to your tutor on the due date. No
email submission is allowed.
7. This assignment does not require Turn-it-in submission and
no submission through e-learn portal is
available.
8. Please note the penalty for plagiarism and late submission
stated in the Study Guide
Assignment Questions
Question 1
a) The following data represent the number of years patients
survived after being diagnosed with
terminal cancer:
0.4, 0.5, 0.6, 0.6, 0.6, 0.8, 0.8, 0.9, 0.9, 0.9,
1.2, 1.2, 1.3, 1.4, 2.1, 2.4, 2.5, 4.0, 4.5, 4.6
(i) Construct a stem-and-leaf display (6 marks)
(ii) Supposedly you are inserting the above stem-and-leaf
display in a report to be
submitted to management, write a short comment on the
diagram.
(4 marks)
b) The following data shows the weight (in kg) of 13 crabs
found in a restaurant on a particular evening:
3.4 1.2 1.7 2.4 2.4 1.1 0.9 0.8 1.2 1.6 0.7 1.2
1.3
(i) Compute the mean and median. (3 marks)
(ii) Determine the shape of the distribution based on the sample
data. Explain your
conclusion. (2 marks)
Question 2
(a) It is noted that 8% of Kaplan students are left handed. If 20
(TWENTY) students are randomly
selected, calculate the
i. probability that none of them are left-handed, (2 marks)
ii. probability that at most 2 are left-handed, (3 marks)
iii. standard deviation for the number of left-handed students
(2 marks)
(b) If 50 (FIFTY) classes of 20 (TWENTY) students are
randomly selected, what is the probability that 10
(TEN) classes have no left-handed students?
(3 marks)
Question 3
(a) Superior Construction Pte Ltd is a successful company
dealing with many major projects in
Singapore. Recently, it has submitted its biddings for two major
Government projects. Project A
worth about $120 million and the company believes it has 40%
chance of securing the project.
Project B worth $1.8 billion and there is 30% chance the
company can win the project. Both projects
are independent of each other. What is the probability that the
company:
i. will secure Project A or B but not both (3 marks)
ii. will not secure Project A or will not secure Project B (3
marks)
(b) Do you agree that “if two events are mutually exclusive then
these two events will be independent”?
Why? (5 marks)
(c) Provide one business-related example each, with
explanation, for mutually exclusive and
independent events. (4 marks)
-The End-
SPECIAL ADMINISTRATIVE BOARD OF THE
TRANSITIONAL SCHOOL
DISTRICT OF THE CITY OF ST. LOUIS
_____________________________________________________
__
RFP TITLE: PROFESSIONAL DEVELOPMENT SERVICES
FOR INSTRUCTIONAL LEADERS
RFP #: 058-1516
DATE OF ISSUANCE: June 1, 2016
FINAL QUESTIONS DUE: June 13, 2016
BID DUE DATE: June 21, 2016 at 11:00am
SUBMIT TO: Purchasing Office of the St. Louis Public
Schools
Second Floor – Cashier’s Window
801 North 11
th
Street
St. Louis, Missouri 63101
Number of copies required: (5) marked “Copies”, (1) marked
“Original”, and (1) copy on
Portable Thumb dive. It is recommended that each original and
copy have tabs corresponding to
the required sections listed in this RFP, as appropriate.
Original and copies are to be submitted
in 3-ring binders or binding of some fashion.
i
TABLE OF CONTENTS
Professional Development Services for Instructional Leaders
RFP #:058-1516
Page Nos.
Section 1. INTRODUCTION AND ANNOUNCEMENT FOR
SEALED PROPOSALS ...................... 2
Section 2. TENTATIVE RFP TIMELINE
...............................................................................................
2
Section 3. INSTRUCTIONS TO BIDDERS/GENERAL
INFORMATION ........................................... 3
Section 4. QUESTIONS
...............................................................................................
............................ 6
Section 5. THE PROPOSAL
...............................................................................................
..................... 6
Section 6. EVALUATION CRITERIA, PROCESS AND
CONTRACT AWARD ................................ 8
Section 7. MINORITY PARTICIPATION
..............................................................................................
9
Section 8. RESERVATIONS / STIPULATIONS
.................................................................................. 11
Section 9. FEDERAL WORK AUTHORIZATION PROGRAM
(“E-VERIFY”) ................................ 14
ATTACHMENT A SCOPE OF SERVICES
................................................................................ 15
ATTACHMENT B COST / PRICING PROPOSAL
.................................................................... 16
ATTACHMENT C E-VERIFY AGREEMENT AND AFFIDAVIT
........................................... 17
ATTACHMENT D BIDDER AFFIRMATION FORM
............................................................... 19
ATTACHMENT E BIDDER CHECKLIST
................................................................................. 20
ATTACHMENT F NON-SUBMITTAL RESPONSE FORM
..................................................... 22
ATTACHMENT G CONTRACT TEMPLATE
2
Section 1. INTRODUCTION AND ANNOUNCEMENT FOR
SEALED PROPOSALS
INTRODUCTION:
The Special Administrative Board of the Transitional School
District of the City of St. Louis (d/b/a St.
Louis Public School System) (the “District”) wishes to contract
with a firm to Provide Professional
Development Services in support of strengthening the
development of School Leaders and their Direct
Supervisors.
NOTICE TO BIDDERS:
Copies of this RFP #058-1516 for the Professional Development
for Instructional Leaders (this
“RFP”) may be obtained from the District’s website at
www.slps.org under “Site Shortcuts”, “Purchasing
/ RFPs”, or from the Purchasing Department, St. Louis Public
Schools, 801 North 11
th
Street, St. Louis,
MO 63101.
The District reserves the right to accept or reject any or all
Proposals (as hereinafter defined) and to waive
any irregularities. The District also reserves the right to
negotiate with selected firms regarding pricing
and fee structures and all other aspects of the Proposals. All
information included in a Proposal may be
incorporated, at the District’s sole option, into the contract
Professional Development Services for
Instructional Leaders to be entered into between the District and
the successful Bidder (as hereinafter
defined). Any contract awarded as a result of this RFP will be
awarded without discrimination on the
basis of race, color, religion, age, sex, sexual orientation or
national origin.
Section 2. TENTATIVE RFP TIMELINE
Date of Issuance June 1, 2016
Final Questions Due June 13, 2016
Proposals Due in Purchasing Department June 21, 2016 at or
before 10:00 am
The District reserves the right to modify the above RFP
Timeline as needed by posting the change as an
addendum to this RFP on the District website.
http://www.slps.org/
3
Section 3. INSTRUCTIONS TO BIDDERS/GENERAL
INFORMATION
3.1 Form of Submissions. Each person or entity submitting a
response to this RFP (each
“Bidder”) should prepare and submit their proposal in response
to this RFP (“Proposal”)
in a sealed envelope or box. The Proposal shall include (1)
original, (5) copies and
(1) electronic Proposal on Portable Thumb Drive. The upper
left hand corner of the
package (envelope or box) shall be plainly marked as RFP #058-
1516, Professional
Development Services for Instructional Leaders, along with the
firm name and the
package shall be addressed to:
Purchasing Office of the St. Louis Public Schools
Second Floor – Cashier’s Window
801 North 11
th
Street
St. Louis, MO 63101
3.2 Manner of Submission – The sealed Proposal must be
received at the address listed in
Section 3.1 on or before June 21, 2016 at 10:00am. Each
Proposal will be date and time
stamped upon receipt at the Cashier’s Window. Proposals
received after that date and
time will not be considered and will remain unopened.
Proposals must be filled out as
requested including all required signatures and pertinent
information. Failure to do so is
reason for rejection of the Proposal. If Bidder is a corporate
entity, the entity’s name
must be correctly stated, and the Proposal must include the state
of incorporation of such
entity, and, if a foreign entity, proof of registration to transact
business in the state of
Missouri. A person with the authority to act on behalf of the
entity (i.e. an authorized
agent of the entity) must sign his or her name on the Proposal.
3.3 Format of Proposal - Each Proposal must include the
information required in Section 5.
Each required response listed in Section 5 shall be included as a
required document with
Attachment B.
3.4 Questions About this RFP - All questions regarding this
RFP shall be made
electronically via e-mail in writing and directed to at Terrance
P. Bullock, PMP,
[email protected] The subject of the e-mail shall be
“QUESTION - RFP
#058-1516”. Failure to provide the correct RFP number in the
email will deem the
question unanswerable and will not be considered as part of any
addenda. Any questions
submitted after the dates and times listed in Section 2 above
shall not be considered or
answered. Questions properly submitted in writing prior to the
due date will be
addressed. Answers to all properly submitted written questions
will be posted on the
District’s website at www.SLPS.org as addenda no later than
three (3) business days
prior to the Proposal Due Date.
mailto:[email protected]
http://www.slps.org/
4
3.5 Addenda - The District may revise this RFP by issuing
written addenda. Addenda will
be posted to the District’s website at www.SLPS.org under “Site
Shortcuts”, “Purchasing
/ RFPs”. Interested persons or entities are encouraged to check
the District’s website
frequently for addenda to this RFP. Bidders are responsible for
viewing and
understanding information in addenda to the same extent as the
RFP. The District has no
obligation or duty to communicate addenda to Bidders beyond
the posting of addenda on
its website.
3.6 Awards – All Proposal selections must be approved by the
Special Administrative Board
prior to an award being final. Awards will be made to the
lowest responsible bidder
complying with the terms of these specifications, except that the
right is reserved by the
District to make such selection, as in its judgment, is best suited
for the purpose intended.
Notwithstanding anything contained herein to the contrary, a
contract shall not exist
between the District and the selected Bidder until: A) such
agreement has been duly
authorized and approved by the Special Administrative Board;
and B) the agreement has
been documented in accordance with Missouri Revised Statutes
Section 432.070. After
approval by the Special Administrative Board, all awards will
be posted on the District
website. A contract awarded pursuant to this RFP may not be
assigned to any other
entity without the express written authorization of an authorized
agent of the District.
3.7 Rejection of Proposals – The District reserves the right to
accept or reject any Proposal
or any part of any Proposal.
3.8 Submitted Proposals Considered Final – All Proposals shall
be deemed final,
conclusive and irrevocable, and no Proposal shall be subject to
correction or amendment
for any error or miscalculation.
3.9 Form of Contract – Each successful Bidder shall be required
to enter a contract in the
form prescribed by the District. Templates of certain form
contracts may be examined at
the Department of Purchasing, 801 North 11
th
Street, St. Louis, MO 63101 or may be
found on the District’s website at www.SLPS.org under “Site
Shortcuts”, “Purchasing /
RFPs”, “Contract Templates”. See Attachment G for the
contract template to be used
with the successful vendor. The District reserves the right to
revise such templates or
present a contract not contained within the template forms on
the District’s website, in its
sole and absolute discretion, to fit the unique situation
presented by this RFP.
3.10 Preference for Missouri Products – The District prefers to
purchase those materials,
products and supplies, which are produced, manufactured,
compounded, made or grown,
within the State of Missouri. When they are found in
marketable quantities in the State
of Missouri, and are of a quality suited to the purpose intended,
and can be secured
without additional cost over out-of-state products. Quality and
fitness of articles will be
considered in making purchases or letting contracts.
http://www.slps.org/
http://www.slps.org/
5
3.11 Bond (Not Applicable) – A Bid Bond or Certified Check
made payable to the
school district, in the amount of 5% of the Base Bid shall
accompany the
following Bid Packages as a guarantee that the bidder, if
awarded the Contract,
will furnish a 100% Performance and Payment Bond; execute
the Contract; and
proceed with the work. Upon failure to do so, he shall forfeit
the deposit or
amount of the Bid Bond as liquidated damages, and no mistakes
or errors on the
part of the Bidder shall excuse the Bidder or entitle him to a
return of the deposit
or Bid Bond. The bonds must be written by a Corporate Surety
Company that is
acceptable to the District and that meets the following minimum
standards:
a. Licensed pursuant to the Missouri Insurance Code
b. Listed on the United States Department of the Treasury’s
Listing of Approved
Sureties (Dept Circular 570) in the amount of $5,000,000.
c. The Bid Bond shall be valid for one hundred twenty (120)
days following the
deadline for submission of proposals.
d. The Bid Bond must be accompanied by an original signed and
notarized
Power-of-Attorney bearing the seal of the issuing surety
company and
reflecting that the signatory to the bond is a designated
Attorney-in-Fact.
e. All bonds must be written by an insurance company that is
rated in the A.M.
Best key Rating Guide – Property & Casualty with a policy
holder’s rating of
“A-“ or better and a Financial size category of Class VII or
larger.
3.12 Prevailing Wage (if applicable) - Bidder and their
subcontractors shall be required to
submit weekly payroll sheets with their monthly invoices,
compliance to the Prevailing
Wage Standard, as well as an Affidavit of Compliance with
Prevailing Wage Law at the
conclusion of the project, prior to final payment
3.13 Taxes – Bidders shall NOT INCLUDE FEDERAL EXCISE
TAX, TRANSPORTATION
TAX, and/or STATE RETAIL TAX in the Proposal, as these
taxes do not apply to the
District.
3.14 War Clause – In the event that during the existence of a
state of war, the United States
Government takes over the plant of any manufacturer with
whom the contractor has
thereto fore contracted to furnish the articles required under his
contract with the District,
or any essential element thereof, and because of such action of
the government, the
contractor may furnish and deliver the articles required under
the contract.
3.15 Purchasing Card (“P Card”) – The St. Louis Public School
District is now processing
vendor payments through a Purchasing Card (“P Card”) Program
with MasterCard. The
“P Card” Program is a more simplified, efficient and cost
effective method of remitting
payments for approved expenditures. This payment program
provides a faster payment
to the vendor without the cost of check processing. For
purchases of goods and
materials, the “P Card” is the SLPS preferred method of
payment and the District
reserves the right to make usage of the “P Card” a requirement.
Acceptance of the “P
6
Card” is one of the evaluation criteria that may be used in the
review of vendor responses
to this RFP (See Section 6.2).
3.16 Compensation – Bidders are cautioned that items and/or
services must be furnished at
the price submitted. No increase in price will be permitted
during the term of the
contract.
3.17 Grievances - Any complaints or grievances concerning or
arising out of this RFP shall be
submitted in writing to Purchasing Office of the St. Louis
Public Schools, 801 North 11
th
Street, St. Louis, MO, 63101, with a copy to Office of the
General Counsel, c/o the
Superintendent of Schools, 801 North 11
th
Street, St. Louis, MO 63101.
Section 4. QUESTIONS
4.1 Interested persons or entities may submit questions in
writing pursuant to the process set
forth in Section 3.4 above. Answers to the questions will be
posted on the website as an
addendum to the RFP pursuant to Section 3.4.
4.2 No communication shall be made with any District
employee, other than Terrance
Bullock, PMP, regarding this RFP. Violation of this provision
may result in the rejection
of Proposal.
Section 5. THE PROPOSAL
5.1 The Scope of Services for this RFP is set forth in
Attachment A.
5.2 Part I – Qualifications/Certifications/Resume and
Operations Plan
The following information must be provided in Part I of the
Proposal. The documents
should be clearly marked: “Part I – Qualifications”
5.2.1 Bidders should provide detailed information addressing
each of the following areas:
5.2.1.1 Licensing and certification in the field of the requested
services;
5.2.1.2 Any citation or discipline action taken against the
respondent by a licensing
board or association related to the field of the requested
services which is
pending or has been resolved within the past 12 months;
7
5.2.1.3 Information regarding law suits relevant to the requested
services that are
pending or have been resolved within the past 12 months.
5.2.1.4 Failure to be forthright in disclosure shall be grounds
for disqualification of a
vendor. This section shall not be interpreted to require the
disclosure of
information shielded from disclosure by State or Federal
Statutes and/or court
order.
5.2.2 Please respond briefly, but completely, to the following:
5.2.2.1 Person/Entity Name
5.2.2.2 Address
5.2.2.3 Name and Title of Authorized Representative
5.2.2.4 Telephone Number
5.2.2.5 Fax Number
5.2.2.6 Email Address
5.2.2.7 Include the above information for each person/entity
that is part of the project
team for this Proposal
5.2.3 Bid Response Elements
5.2.3.1 Entity Qualifications
5.2.3.2 References (other school districts where possible)
5.2.3.3 Brief description of entity’s experience with providing
the requested services
5.2.3.4 Copies of Licenses and Certifications (including, but not
limited to, license to
conduct business in the City of St. Louis, Missouri)
5.2.3.5 Provide a brief summary of the primary role(s) and
resumes describing the
background and qualifications of each member of the project
team for this
Proposal.
5.3 Part II – Cost/Pricing Proposal
The following information must be provided in Part II of the
Proposal. The Proposal
should be clearly marked: “Part II – Cost/Pricing Proposal”
5.3.1 Attachment B – Cost/Pricing Proposal must be used as the
first page for this Part II.
5.3.2 Outline specifically the cost/pricing proposal for the fees
and reimbursable expenses
proposed. This proposal should include the method of pricing
as well as the
proposed fees/costs.
5.3.3 The Cost/Pricing proposal should be specific, and the
detail of the cost/pricing should
give the District a clear picture of overall costs as well as
pricing criteria.
5.4 Part III –Required Documents
8
The following information must be provided in Part III of the
Proposal. The Proposal
should be clearly marked: “Part III – Required Documents”
5.4.1 Attachment C - Federal Work Authorization Program
Addendum and Affidavit
5.4.2 Attachment D - Bidder Affirmation Form
5.4.3 Attachment E - Bidder Checklist
5.4.4 Attachment G – Contract Template - Each bidder is
required to include, as part
of the documents submitted with its Proposal, the actual
contract the bidder is
proposing to enter into with SLPS that sets forth, in detail, the
scope, terms,
conditions, specifications, pricing and performance standards
and guarantees
contained in the bidder’s Proposal. Attached to this RFP is the
SLPS contract
form (See Attachment G) that must be used by each bidder.
Each bidder must
mark-up the SLPS contract form to include the scope, terms,
conditions,
specifications, pricing and performance standards and
guarantees contained in
its proposal. The bidder must submit in Microsoft Word
documents, both
clean and marked copies of its proposed revised SLPS contract
form. The
marked copy must show all changes the bidder proposes to make
to the SLPS
contract form. All information included in a Proposal may be
incorporated, at
the SLPS’s sole option, into the contract to be entered into
between SLPS and
the successful bidder.
Section 6. EVALUATION CRITERIA, PROCESS AND
CONTRACT AWARD
6.1 Evaluation Criteria - The following criteria will be used
with the weighted values below
to evaluate each Proposal received. The District reserves the
right to request clarification
to the Proposal in order to evaluate all proposals.
Evaluation Criteria Points
Narrative of Services 25
Documented Results for Comparable Work 30
Cost 20
Clear, Realistic, and Detailed Timeline 15
MWBE Certified / or partnering with MWBE Partner 10
Total Points Possible 100
6.2 Bid Opening – All Proposals received on or before the
Proposal Due Date and Time
shall be assembled and opened publicly promptly at that time in
the District Offices
located at 801 North 11
th
Street, St. Louis, MO 63101 in a conference room to be
designated. All interested parties are welcome to attend.
9
6.3 Evaluation – The District will assemble a review committee
to assist in evaluating all
Proposals (the “Evaluation Team”). From this evaluation, the
District may select a
Bidder solely on the basis of submittals, or may additionally
identify a short list of
Bidders for possible interviews. The District may contact any
or all respondents to
clarify submitted information.
The Evaluation Team will consist of the following individuals:
Title
Deputy Superintendent for Academics
Director for Professional Development
Associate Superintendent
Network Superintendent
6.4 Contracting – Upon selection of a Bidder, the District will
negotiate a scope of services
and other terms and conditions of an agreement with the
selected Bidder. If such
negotiations are not successful, the District reserves the right to
begin negotiations with
other respondents.
Section 7. MINORITY PARTICIPATION
7.1 It is the policy of the District to pursue the goal of at least
25% Minority Business
Enterprise (MBE) and 5% Women’s Business Enterprise (WBE)
utilization in the
provision of goods and services to the District while at the same
time maintaining the
quality of goods and services provided to the District through
the competitive bidding
process. It is the purpose of this policy to allow minority and
women’s business
enterprises to expand their opportunities and capacities by
participating in all District
operated programs. The District has developed a plan for
participation in projects by
minority business. This plan includes the following elements:
7.1.1 Outreach – A commitment to make every effort to inform
contractors of pending
contract opportunities through advertisements, workshops,
brochures, and availability
of plans.
7.1.2 Good Faith Effort – A commitment to verify contractor
solicitations to ensure that
sufficient time and information are available to make a
responsible reply.
7.1.3 Identification and Recruitment – A commitment to
coordinate efforts with the City
of St. Louis, Contract Office, in the development of potential
minority contractor
interest.
10
7.1.4 Monitoring and Reporting – A commitment to measure and
report anticipated and
actual MBE/WBE participation.
7.2 Discrimination In Employment By the Special
Administrative Board
7.2.1 During the performance of the contract, the SELECTED
BIDDER agrees as follows:
7.2.1.1 The SELECTED BIDDER will not discriminate against
any employees or
applicants because of race, age, handicap, religion, gender,
sexual orientation,
national origin or ethnicity. The SELECTED BIDDER will take
affirmative
action to ensure that all qualified applicants will receive
consideration for
employment without regard to race age, handicap, religion,
gender, sexual
orientation, national origin or ethnicity.
7.2.1.2 The SELECTED BIDDER will, in all solicitations or
advertisements for
employees placed by or on behalf of the SELECTED BIDDER;
state that all
qualified applications will receive consideration for
employment without regard
to race age, handicap, religion, gender, sexual orientation,
national origin or
ethnicity.
7.2.1.3 The SELECTED BIDDER will send to each labor union
or representative of
workers with which he has a collective bargaining agreement or
other contract or
understanding, a notice advising that labor unions or workers
representative of
the Bidder’s commitment under contracts with the District.
7.2.1.4 The SELECTED BIDDER will maintain and, upon
request make available to the
District all records and data necessary or useful to the review
and monitoring of
compliance with the non-discrimination clauses of this contract.
In the event the
SELECTED BIDDER fails or refuses to make such records
available, this
contract may be cancelled, terminated, or suspended in whole or
in part by the
District, and the SELECTED BIDDER may be declared
ineligible for further
District contracts or subject to such other sanctions as the
District deems
appropriate.
7.2.1.5 The SELECTED BIDDER’s non-compliance with the
non-discrimination clauses
of this contract, the contract may be cancelled, terminated, or
suspended in whole
or in part by the District, and the SELECTED BIDDER may be
declared
ineligible for further District contracts or subject to such other
sanctions as the
District deems appropriate.
7.3 Minority and Women Owned Business Enterprise Policies
11
7.3.1 It is the policy of the District that minority and women-
owned businesses shall have
the maximum opportunity to participate in the performance of
contracts utilizing
District funds. MBE/WBE firms included in the respondent’s
submittal, either as
prime consultants or subcontractors, must be certified by one or
more of the
following agencies on or before the date of the submission of
qualifications:
Missouri Division of Purchasing and Material Management
Online: For MBE’s: http://www.oa.mo.gov/
For WBE’s: http://www.oa.mo.gov/
Phone: (573) 715-8130
City of St. Louis: Disadvantaged Business Enterprise Program
Online: http://www.mwdbe.org/
Phone: (314) 551-5000
St. Louis Minority Business Council
Online: http://www.slmbc.org/
Phone: (314) 241-1143
Section 8. RESERVATIONS / STIPULATIONS
8.1 The District reserves the right, at its sole discretion, to A)
reject any or all submittals
when, in its opinion, it is determined to be in the public interest
to do so; B) waive minor
informalities of a submittal; C) cancel, revise, or extend this
solicitation; D) request
additional information deemed necessary; and E) extract,
combine, and delete elements
of individual proposals and to negotiate jointly or separately
with individual respondents
with respect to any or all elements of the proposal.
8.2 This RFP does not obligate the District to pay any costs
incurred by any respondent in the
submission of a proposal or in making necessary studies or
design for the preparation
thereof, or for procuring or contracting for the services to be
furnished under this RFP
prior to the issuance of a valid contract under Missouri law.
Such exemption from
liability applies whether such costs are incurred directly by the
Bidder or indirectly
through the Bidder’s agent, employees, assigns or others,
whether related or not to the
Bidder.
8.3 The District will give preference to firms based in the bi-
state St. Louis metropolitan area
when other considerations are equal.
8.4 Careful consideration should be given before confidential
information is submitted to the
District as part of this RFP Proposal. Review should include
whether it is critical for
http://www.oa.mo.gov/
http://www.oa.mo.gov/
http://www.mwdbe.org/
http://www.slmbc.org/
12
evaluating a bid, and whether general, non-confidential
information, may be adequate for
review purposes. Any and all documents submitted by the
respondent may become
public if and when they are submitted to any advisory or
legislative public body, or
pursuant to the Missouri Sunshine Law. The Missouri Sunshine
Law provides for public
access to information the District possesses. Information
submitted to the District that
Bidders wish to have treated as proprietary and confidential
trade secret information
should be identified and labeled “Confidential” or “Proprietary”
on each page at the time
of disclosure. This information should include a written
request to except it from
disclosure, including a written statement of the reasons why the
information should not
be disclosed.
8.5 Bidders acknowledge and agree, by submitting a Proposal,
that:
8.5.1 Once a Bidder is selected for the engagement, all
electronic, written and printed
materials developed by such Bidder as a result of this
engagement shall become the
property of the District, and the District shall be entitled to use
any and all such
materials in any way desired by the District, in its sole and
unfettered discretion.
8.5.2 The qualifications of each member of the respondent team
are important criteria in
the selection process. The selected Bidder will not be allowed
to substitute any
member of the team listed in the Proposal without prior written
approval by the
District. The District, in its sole and absolute discretion,
reserves the right to accept
or reject proposed changes to the team and personnel associated
with the team and/or
to negotiate the composition of the team.
8.5.3 Adherence to the schedule for the work is of critical
importance to the District as
time is of the essence, and agrees to dedicate the personnel
listed in the Proposal to
completing the work in accordance with the schedule outlined in
this RFP. Bidders
further acknowledge that the contract for the engagement may
include significant
liquidated damages for failure to perform in accordance with
such schedule.
8.5.4 To having read this RFP in its entirety and agreeing to all
terms and conditions set
out in this RFP. Bidders also accept the responsibility to
review and understand all
applicable policies of the District, which may be found on the
District’s website
www.slps.org under “Shortcuts”, “Board Policies”.
8.5.5 The District, and any consultants retained by the District,
have the right to make any
additional inquiry or investigation they deem appropriate to
substantiate or
supplement information contained in respondent’s submission,
and authorizes the
release to the District and/or the District consultants of any and
all information
sought in such inquiry or investigation.
8.5.6 Under penalty of perjury, that to the best of his/her belief:
A) the prices in the
Proposal were arrived at independently and without collusion,
consultation,
http://www.slps.org/
13
communication, or agreement for the purpose of restricting
competition as to any
matter or agreement for the purpose of restriction competition
as to any matter
relating to such prices with any other Bidder, or any other
competitor; B) unless
otherwise required by law, the prices in this Proposal have not
been knowingly
disclosed by the Bidder, and will not be knowingly disclosed by
the Bidder, prior to
opening, directly or indirectly, to any other Bidder or
competitor; and C) no attempt
has been made or will be made by the Bidder to induce any
other person, partnership,
corporation, or entity to submit or not to submit a proposal in
response to this RFP
for the purpose of restriction competition.
8.5.7 It is not delinquent in any real estate, personal property,
or earning taxes assessed
against it or which it is obligated to pay to St. Louis, Missouri.
8.5.8 No fictitious name of any entity or person has been used
in this Proposal, and no
unidentified third-party will have an interest in any resulting
contract or in the
performance of any work under this Proposal.
8.5.9 It does not do business as or operate under any fictitious
name.
8.5.10 It has only presented one Proposal in response to this
RFP.
8.5.11 The Proposal is made in good faith.
8.5.12 It, its affiliates, subsidiaries, officers, directors,
employees, and all team members
listed in the Proposal have not been convicted of a felony within
the last five (5)
years, which felony is related in any way to providing the
services and/or items
referenced in this RFP, or to the competency of the service
provider to perform under
any resulting contract.
8.5.13 It, its affiliates and subsidiaries, all their respective
officers, directors, employees,
and all team members listed in the Proposal are not currently
under investigation by
any governmental agency and have not in the past four (4) years
been convicted or
found liable for any act prohibited by state or federal law in any
jurisdiction,
including conspiracy or collusion with respect to responding to
any public contract.
8.5.14 It, its affiliates and subsidiaries, all their respective
officers, directors, employees,
and all team members listed in the Proposal have not been
excluded from any
procurement or non-procurement programs with the government
as identified by the
U.S. General Service Administration Office of Acquisition
Policy.
8.6 Any misrepresentations or false statements contained in a
response to this RFP or to any
request for additional information related to this RFP, whether
intentional or
unintentional, shall be sufficient grounds for the District to
remove respondents from
competition for selection at any time.
14
8.7 Bidders shall ensure that no improper, unethical, or illegal
relationships or conflicts of
interest exist between the Bidder, any employee, officer,
director, or principal of the
Bidder or District and any other party. The District reserves the
right to determine the
materiality of such relationships, when discovered or disclosed,
whether intended or not.
The District also reserves the right to decide in its sole and
absolute discretion whether
disqualification of the Bidder and/or cancellation of the award
shall result. Such
disqualification or cancellation shall be without fault or liability
to the District. In the
event that the District disqualifies a Bidder based on such an
improper communication or
relationship, and that Bidder’s Proposal would have otherwise
been considered the lowest
responsible bid complying with the terms of these
specifications, the District reserves the
right to select as the winning Proposal the next most qualified
responsible bidder
complying with the terms of these specifications.
8.8 Bidders agree that they will comply with all applicable
federal, state, and local laws,
regulations, ordinances, and other requirements that apply to the
scope of work in this
RFP, including, but not limited to, all reporting and registration
requirements. Bidders
further agree that this RFP and any contract awarded pursuant
to it will be governed
under the laws of the State of Missouri.
Section 9. FEDERAL WORK AUTHORIZATION PROGRAM
(“E-VERIFY”)
Pursuant to Missouri Revised Statute 285.530, all Bidders
awarded any contract in excess of five
thousand dollars ($5,000) with a Missouri public school district
must, as a condition to the award of any
such contract, be enrolled and participate in a federal work
authorization program with respect to the
employees working in connection with the contracted services
being provided, or to be provided, to the
District (to the extent allowed by E-Verify). In addition, the
Bidder must affirm the same through sworn
affidavit and provisions of documentation, and sign an affidavit
that it does not knowingly employ any
person who is an unauthorized alien in connection with the
services being provided, or to be provided, to
the District. Such agreement and affidavit is included as
Attachment C to this RFP.
15
ATTACHMENT A
SCOPE OF SERVICES
RFP #058-1516 Professional Development Services for
Instructional Leaders
The District wishes to contract with a firm to Provide
Professional Development Services in support of
strengthening the development of School Leaders and their
Direct Supervisors.
The length of the contract will be for one year with an option to
renew for one year.
The Scope of Services is:
1. Professional Development and ongoing learning experiences
for principals and supervisors/coaches of
principals through hands-on learning experiences throughout the
school year
2. This professional development and ongoing learning
experiences should support the development of the
instructional eye, school culture, and the ability to provide staff
and teachers targeted feedback on
instructional practices
3. Principal supervisors should be able to dive deep into what it
means to create an excellent school
through the development of their school leaders after leaving
this one-year professional development
learning experience.
4. This professional development opportunity should be scoped
and sequenced so that principals and
principal managers receive ongoing support and development
throughout the year.
16
ATTACHMENT B
RFP #058-1516 PROFESSIONAL DEVELOPMENT SERVICES
FOR INSTRUCTIONAL LEADERS
COST / PRICING PROPOSAL
1. The following describes our cost/pricing proposal to provide
services specified in Attachment A –
Scope of Services of the RFP #058-1516, Professional
Development Services for Instructional Leaders,
dated June 1, 2016.
Elements of Cost / Pricing Cost
____________________________________ $___________
____________________________________ $___________
____________________________________ $___________
____________________________________ $___________
Total $___________
2. Brief Explanation of the Services to be provided under the
above cost/pricing proposal.
_____________________________________________________
_____________________
_____________________________________________________
_____________________
_____________________________________________________
_____________________
_____________________________________________________
_____________________
_____________________________________________________
_____________________
3. Optional Proposal
Elements of Cost / Pricing Cost
____________________________________ $___________
____________________________________ $___________
____________________________________ $___________
Total $___________
4. Please attach the detail addressing Sections 5.3.2 and 5.3.3 as
Attachment B, Exhibit 1.
_____________________________________________
__________________
Signature of Authorized Official Date
_____________________________________________________
____________
Company Name
17
ATTACHMENT C
AGREEMENT
[ Name of Vendor]:
a) Agrees to have an authorized person execute the “Federal
Work Authorization Program Affidavit”
attached hereto and deliver the same to The Special
Administrative Board of the Transitional School District of the
City of
St. Louis (d/b/a St. Louis Public School System) (“District”)
prior to or contemporaneously with the execution of a
contract with the District;
b) Affirms it is enrolled in the “E-Verify” (formerly known as
“Basic Pilot”) work authorization program of
the United States, and are participating in E-Verify with respect
to your employees working in connection with the
services being provided (to the extent allowed by E-Verify), or
to be provided, by your company to the District;
c) Affirms that it is not knowingly employing any person who
is an unauthorized alien in connection with
the services being provided, or to be provided, by your company
to the District;
d) Affirms you will notify the District if you cease
participation in E-Verify, or if there is any action, claim
or complaint made against you alleging any violation of
Missouri Revised Statute 285.530, or any regulations issued
thereto;
e) Agrees to provide documentation of your participation in E-
Verify to the District prior to or
contemporaneously with the execution of its contract with the
District (or at any time thereafter upon request by the
District), by providing to the District an E-Verify screen print-
out (or equivalent documentation) confirming your
participation in E-Verify;
f) Agrees to comply with any state or federal regulations or
rules that may be issued subsequent to this
addendum that relate to Missouri Revised Statute 285.530; and
g) Agrees that any failure by your company to abide by the
requirements a) through f) above will be
considered a material breach of your contract with the District.
By:__________________________________________________
__
(Signature)
Printed Name and Title:
___________________________________
For and on behalf of:
_____________________________________
(Company Name)
18
FEDERAL WORK AUTHORIZATION PROGRAM AFFIDAVIT
I, ________________________, being of legal age and having
been duly sworn upon my oath, state the following
facts are true:
1. I am more than twenty-one years of age; and have first-hand
knowledge of the matters set forth herein.
2. I am employed by ______________________________
(hereinafter “Company”) and have authority to
issue this affidavit on its behalf.
3. Company is enrolled in and participating in the United States
E-Verify (formerly known as “Basic Pilot”)
federal work authorization program with respect to Company’s
employees working in connection with the services
Company is providing to, or will provide to, the District, to the
extent allowed by E-Verify.
4. Company does not knowingly employ any person who is an
unauthorized alien in connection with the
services Company is providing to, or will provide to, the
District.
FURTHER AFFIANT SAYETH NOT.
By:________________________________ (individual
signature)
For ________________________________ (company name)
Title:_______________________________
STATE OF MISSOURI )
) ss.
COUNTY OF ____________ )
On this ___ day of _________, 20__, before me,
_______________, a Notary Public in and for such County and
State, personally appeared ____________________ of
___________________________________________, known to
me to be the person who executed the affidavit on behalf of said
________________________ and acknowledged to me
that he or she executed the same for the purposes therein stated.
Subscribed and affirmed before me this _____ day of
_____________, 20___.
_______________________________
Notary Public
My commission expires on: _________________________
19
ATTACHMENT D
BIDDER AFFIRMATION FORM
RFP TITLE: Professional Development Services for
Instructional Leaders
RFP #: 058-1516
NAME OF
BIDDER:____________________________________
After careful consideration of the solicitation document in its
entirety, Request for Proposal for RFP #058-1516,
Professional Development Services for Instructional Leaders,
and any addendum(s) issued, the undersigned proposes
to satisfy all requirements in accordance with said documents.
The Bidder’s Checklist in Attachment E of the RFP has been
complied with, is completed, and is enclosed with this
Proposal.
For consideration of this proposal, the undersigned hereby
affirms that (1) he/she is a duly authorized official of the
company, (2) that the offer is being submitted on behalf of the
bidder in accordance with any terms and conditions set
forth in this document and (3) that the company will accept any
awards made to it as a result of the offer submitted herein
for a minimum of one year following the date of submission.
A current Certificate of Insurance is required as part of your
Proposal.
The District shall provide the Bidder with a contract agreement,
which will set forth the terms of this agreement. The
contract shall be interpreted, construed and given effect in all
respects according to the laws of the State of Missouri.
Nondiscrimination in Employment: We the supplier of goods,
materials, equipment or services covered by this
proposal or contract have not discriminated in the employment,
in any way, against any person or persons, or refused to
continue the employment of any person or persons on account of
their race, creed, color, or national origin.
Respectfully submitted, Authorized Official: Title
___________________________
Print Name Signature Date
Address
(___)___________________ (___)___________________
____________________________
Business Telephone Number Facsimile E-Mail Address
The full names and addresses of persons and organizations
interested in the foregoing Request For Proposal as principals
of the company are as follows:
_____________________________________________________
_____________________________________________
______________________________________
20
ATTACHMENT E
BIDDER CHECKLIST
RFP TITLE: Professional Development Services for
Instructional Leaders
RFP #: 058-1516
( ) Submitted all information as requested.
( ) Received _______ number of addendum(s).
( ) Submitted one (1) original, (5) copies and one (1)
electronic Proposal on CD.
( ) Signed Federal Work Authorization Program Agreement.
( ) Signed and notarized Federal Work Authorization Program
agreement and affidavit
( ) Signed Bidder Affirmation Form (by an authorized official
of the company where appropriate).
( ) Signed and dated Cost / Pricing Proposal.
( ) Clean and Marked Copies of the SLPS Contract Form
( ) No conditions or restrictions have been placed by the
company on this Proposal that would declare it non-
responsive.
( ) Current Certificate of Insurance.
( ) Submitted a copy all certificates and license including, but
not limited to, the license (to conduct business
in the City of St. Louis, Missouri).
( ) Submitted state tax identification number.
________________________
_____________________________________________
__________________
Signature of Authorized Official Date
_____________________________________________________
____________
Company Name
21
ATTACHMENT F
NON-SUBMITTAL RESPONSE FORM
RFP TITLE: Professional Development Services for
Instructional Leaders
RFP #: 058-1516
NOTE TO BIDDER:
If your company’s response is a “non-submittal”, the District is
very interested in the reason for such response
since the District desires to ensure that the procurement process
is fair, non-restrictive and attracts maximum
participation from interested companies. We, therefore,
appreciate your response to this non-submittal response
form.
Please indicate your reason for responding with a “non-
submittal”:
( ) Unable to meet the requirements for this project.
( ) Unable to meet the time frame established for start and/or
completion of the project.
( ) Received too late to reply. Received on
________________________ .
( ) Please remove our company’s name from receiving similar
type solicitations.
( ) Other:
_____________________________________________________
_________
_____________________________________________________
_________
Your response will be given careful consideration, and included
in the contract file. Your input will assist the
District in determining changes necessary to increase
participation and competition.
_____________________________________________________
___________________
Authorized Signature Title Date
_____________________________________________________
___________________
Name of Company / Consultant
_____________________________________________________
___________________
Company Address
(___)___________________________
(___)__________________________
Business Telephone Number Facsimile
________________________________
E-Mail Address
REQUEST FOR PROPOSAL: RFP# 730-16XXX
(RFP NAME)
Deliver Bid Response to:University of Houston Energy
Research Park
Purchasing Department, Attn: Hasan Jamil
5000 Gulf Freeway, Building 1, Room 205
Houston, TX 77204-5015Posting Date:
Wednesday, June 19, 2016Proposal Due Date:
March 17, 2016 @ 11:00 AM CDTDO NOT FORGET TO
INCLUDE ELECTRONIC VERSION OF BID SUBMISSION
Table of Contents
INTRODUCTION
3
AWARD PROCESS
5
GENERAL INFORMATION AND REQUIREMENTS
6
SPECIFIC REQUIREMENTS OF REQUEST FOR PROPOSAL
8
GENERAL TERMS AND CONDITIONS
9
DESCRIPTION OF SERVICES – GENERAL REQUIREMENTS
– SCOPE OF WORK
14
INSURANCE REQUIREMENTS
16
GENERAL INFORMATION QUESTIONNAIRE
17
EVALUATION CRITERIA PROCESS
18
EXHIBITS
19SECTION I
INTRODUCTION
1.1 GENERAL:
The University of Houston System (University) comprises the
largest Texas state institution system of higher education
located in an urban, metropolitan environment. The University
offers undergraduate and graduate degree programs in a variety
of disciplines; courses are conducted throughout most of the
calendar year. The student population of the main campus in
Houston, TX is comprised of approximately 37,900 students
who commute to the campus and 2,100 students who reside on
campus. The main campus employs approximately 6,700
individuals who serve in faculty or staff positions. The
component campuses, in surrounding areas, consist of the
following statistics: The Clear Lake campus, located in the far
southeast Houston-area, has a student population of
approximately 7700 students, 700 full-time and 450 part-time
employees; The Downtown campus, located in downtown
Houston, has a student population of approximately 11,000
students, 573 full-time and 238 part-time employees. The UH
campus at Victoria (near-southeast Texas) has a student
population of approximately 2411 students, 239 full-time and 50
part-time employees. The two multi-institutional teaching
centers, one UHS @Sugar Land with a population of 1800
students and 35 staff positions and one @ Cinco Ranch with a
population of 1,000 students and 16 staff positions.The
University invites you to submit a proposal to (provide a brief
description of services or merchandise to be procured with this
bid package)
You may provide a few examples below
*_______________________________
*_______________________________
Respondents are encouraged to propose contractual
arrangements offering the maximum benefit to the University in
terms of (1) services to the University, (2) total overall cost to
the University, and (3) project management expertise. Proposers
should describe all educational, state, and local government
discounts, as well as any other applicable discounts that may be
available to the University in a contract for Services.
RESPONDENTS ARE CAUTIONED TO READ THE
INFORMATION CONTAINED IN THIS RFP CAREFULLY
AND TO SUBMIT A COMPLETE RESPONSE TO ALL
REQUIREMENTS AND QUESTIONS AS DIRECTED.1.2
SUBMITTAL DEADLINE:
University will accept proposals until March 17, 2016 @ 11:00
AM CDT. DO NOT USE U. S. Postal Service in submitting
your bid.Submit one (1) clearly marked original and One (1)
Electronic copy in a memory drive (USB) of the proposal
including any supplemental printed material referenced with
the, “RFP 730-XXXXX RFP Name” must be submitted and
received in the University’s Purchasing Office on or before the
time and date specified and delivered to:
UH – Purchasing Department,
Attn: Hasan Jamil
5000 Gulf Freeway, Bldg. 1, Room 205
Houston, Texas 77204-5015NOTE: ALL ELECTRONIC
DOCUMENTS MUST BE SUBMITTED IN PDF FORMAT &
ATTACHED TO BID RESPONSE. The materials submitted
must be enclosed in a sealed envelope (box or container); the
package must show clearly the submittal deadline; and name
and the return address of the Respondent must be clearly
visible.
1.3 PRE-PROPOSAL MEETING:
Do you believe a pre-proposal/walkthrough meeting will be
required for this project?
If so, complete the highlighted information below.There will be
a pre-proposal meeting on Xxxxx @ 11:00 AM CDT at the
following location:
University of Houston Energy Research Park
5000 Gulf Freeway, Bldg. 1, Room 214
Houston, Texas 77204-5015Respondents are not required to
attend. Required proposal documents will be reviewed and
there will be an opportunity to ask questions.
Parking is available in the visitor parking lot next to Building
3.1.4 UNIVERSITY CONTACTS:
Any questions or concerns regarding this RFP shall be directed
to:
Hasan Jamil, Buyer, [email protected]University specifically
requests that Respondents restrict all contact and questions
regarding this RFP to the above named individual.
1.5 INQUIRIES AND INTERPRETATIONS:
Inquiries must be submitted in writing and received no later
than close of business March 3, 2016 @ 5:00 PM CDT.
UH – Purchasing Department
Hasan Jamil
[email protected]Responses to inquiries, which directly affect
an interpretation or change to this RFP will be issued in writing
by addendum (amendment) and posted to the Electronic State
Business Daily http://esbd.cpa.state.tx.us/ or facsimiled to
proposer’s requesting such. All such addenda issued by the
University prior to the time that proposals are received shall be
considered part of the RFP, and the Respondent shall be
required to consider and acknowledge receipt of such in his
proposal.
Only those inquiries the University replies to which are made
by formal written addenda shall be binding. Oral and other
interpretations or clarification will be without legal effect. The
Respondent must acknowledge all addenda by either signing or
returning such document(s) or by letter. Such acknowledgment
must be received prior to the hour and date specified for receipt
of proposals, or shall accompany the proposal.
1.6 PUBLIC INFORMATION:
All information, documentation, and other materials submitted
in response to this solicitation are subject to public disclosure
under the Texas Public Information Act (Texas Government
Code, Chapter 552.001, et seq.) after the solicitation is
completed and upon successful contract award.
If a proposal includes proprietary data, trade secrets or
information the respondent wishes to except from public
disclosure, then respondent must specifically label such data,
secrets or information as follows: “PRIVILEGED AND
CONFIDENTIAL – PROPRIETARY INFORMATION.” To the
extent permitted by law, information labeled as such will be
used by University only for purposes related to or arising out
of: (1) evaluation of proposals; (2) selection of a Respondent
pursuant to the RFP process; and, (3) negotiation and execution
of a contract with the selected Respondent1.7 TERM OF
CONTRACT:
Any contract resulting from this RFP will become effective
upon the later of the effective date indicated in the contract or
the date that all parties have signed the contract. The expected
term of the contract will be three (3) years with the option to
renew two (2) additional one year terms, for a maximum of five
(5) years. The University reserves the right to negotiate
modification of contract terms and schedules as necessary.
1.8 CANCELLATION:
The University has the right to cancel for default all or part of
the undelivered portions of this Contract if the Contractor
breaches any of the terms including warranties of Contractor or
if the Contractor becomes insolvent or commits acts of
bankruptcy. Such right of cancellation is in addition to and not
in lieu of any other remedies which the University may have in
law or equity.
1.9 TERMINATION:The performance of work under this
Contact may be terminated by the University in accordance with
this provision. Termination of work shall be effected by the
delivery to the Contractor of a “Notice of Termination”
specifying the extent to which performance of work under the
order is terminated and the date upon which such termination
becomes effective. Under no circumstances will the Contractor
be entitled to payment for anticipated profits, unabsorbed
overhead, or interest on borrowing by reason of such
termination.
The University may terminate the Contract, without penalty,
without cause by giving thirty (30) days’ written notice of such
termination to the Contractor.
SECTION II
AWARD PROCESS
2.1 BASIS OF AWARD:A contract may be issued based on the
proposal(s) considered the most advantageous to the University.
Factors to be considered in determining an award are described
in Section IX below, Evaluation Criteria Process. University
reserves the right to make a split award, multiple awards, or no
award at all.
2.2 CONTRACT AWARD PROCESS:
An award for the services specified herein will be made
following a procedure using competitive sealed proposals.
A. Proposals will be opened publicly to identify the names of
the Respondents, but will be afforded security sufficient to
preclude disclosure of the contents of the proposal, including
prices or other information, prior to award. After opening, an
award may be made on the basis of the proposals initially
submitted, without discussion, clarification or modification, or
on the basis of negotiation with any of the Respondents or, at
the University’s sole option and discretion, the University may
discuss or negotiate all elements of the proposal with selected
Respondents who represent a competitive range of proposals.
For purposes of negotiation, a competitive range of acceptable
or potentially acceptable proposals may be established
comprising the highest rated proposal(s).
B. After the submission of a proposal but before making an
award, the University may permit the Respondent to revise the
proposal in order to obtain the best final offer. The University
may not disclose any information derived from the proposals
submitted from competing offers in conducting such
discussions. The University will provide each Respondent with
an equal opportunity for discussion and revision of proposals.
Further action on proposals not included in the competitive
range will be deferred pending an award, but the University
reserves the right to include additional proposals in the
competitive range if deemed in the best interest of the
University. C. University reserves the right to award a Contract
for all or any portion of the requirements proposed by reason of
this request, award multiple Contracts, or to reject any and all
proposals if deemed to be in the best interests of the University
and to re-solicit for proposals, or to reject any and all proposals
if deemed to be in the best interests of the University and to
temporarily or permanently abandon the procurement. If the
University awards a contract, it will award the contract to the
Respondent, whose proposal is the most advantageous to the
University, considering price and the evaluation factors set
forth in this RFP. The contract file must state in writing the
basis upon which the award is made.
2.3 OTHER FACTORS FOR SELECTION:
The Respondent selected for an award will be the Respondent
whose proposal, as presented in the response to this RFP, is the
most advantageous. The System is not bound to accept the
lowest priced proposal if that proposal is not in the best interest
of the System as determined by the System. The System
personnel will evaluate proposals. In addition to the Evaluation
Criteria identified on page 21, the selection of the successful
respondent for this award, will be based on the other factors
listed below:
1. Compliance with specifications.
2. Ability to offer a comprehensive set of core services and
benefits.
3. Competitive rates.
4. Online access to relevant databases.
5. Compliance with applicable state and federal laws and
regulations.
6. Financial position of Respondent.
7. Stability of rates and fees over time.
8. Ability to provide the University with requested reports,
including but not limited to, service utilization reports.
9. Ability of the University to customize its screening program
options in a way that will best meet the needs of the University,
i.e.: a la carte services.
10. Timeliness of report completion
11. Responsiveness from customer support personnel (add or
delete any of the above points based on your requirements)
Consideration may also be given to any additional information
and comments if they should increase the benefits to the
University. Upon completion of the initial review and
evaluation of the proposals submitted, selected Respondents
may be invited to participate in oral presentations.
2.4 RESPONDENT'S ACCEPTANCE OF EVALUATION
METHODOLOGY:Submission of a proposal indicates
Respondent’s acceptance of the evaluation technique and
Respondent’s recognition that the University must make some
subjective judgments during the evaluation process.
2.5 COMMITMENT:
Respondent understands and agrees that this RFP is issued on
the anticipated need for requested services and that the
University has made no representation, written or oral, that any
such requirements be furnished under a Contract arising from
this RFP. Furthermore, Respondent recognizes and understands
that any cost borne by the Respondent, which arises from
Respondent’s performance hereunder, shall be at the sole risk
and responsibility of Respondent.
2.6
KEY EVENTS SCHEDULE:
Posting of RFP for public bidding (ESBD)
Wednesday, June 19, 2016
Pre-Proposal Meeting
Xxxxx @ 11:00 AM CDT
Inquiries and Interpretations Deadline
March 3, 2016 @ 5:00 PM CDT
Q and A addendum posting to ESBD
March 6, 2016 @ 5:00 PM CDT
Proposal Submittal Deadline
March 17, 2016 @ 11:00 AM CDT
Respondent short list identified
TBD
Anticipated Award
TBD
Anticipated Start Date
TBD
The system will be in observance of the following holidays:
Memorial Day
Monday, May 29, 2016
Independence Day
Friday, July 4, 2016SECTION III
GENERAL INFORMATION AND REQUIREMENTS
3.1 GENERAL INSTRUCTIONS:
Respondents should carefully read the information contained
herein and submit a complete response to all requirements and
questions as directed.
Proposals and any other information submitted by Respondents
in response to this RFP shall become the property of the
University.
University will not provide compensation to Respondents for
any expenses incurred by the Respondent(s) for proposal
preparation or for any demonstrations that may be made, unless
otherwise expressly stated. Respondents submit proposals at
their own risk and expense. Proposals, which are qualified with
conditional clauses, or alterations, or items not called for in the
RFP documents, or irregularities of any kind, are subject to
disqualification by the University, at its option.
Each proposal should be prepared simply and economically,
providing a straightforward, concise description of your firm's
ability to meet the requirements of this RFP. Emphasis should
be on completeness, clarity of content, responsiveness to the
requirements, and an understanding of the University's needs.
University makes no guarantee that an award will be made as a
result of this RFP, and reserves the right to accept or reject any
or all proposals, waive any formalities or minor technical
inconsistencies, or delete any item/requirements from this RFP
or resulting contract when deemed to be in the University's best
interest. Representations made within the proposal will be
binding on responding firms. The University will not be bound
to act by any previous communication or proposal submitted by
the firms other than this RFP. Firms wishing to submit a “No-
Response” are requested to return the first page of the
Execution of Offer (ref. Section VI). The returned form should
indicate your company's name and include the words “No-
Response” in the right-hand column.
Failure to comply with the requirements contained in this RFP
may result in the rejection of your proposal.
3.2 HISTORICALLY UNDERUTILIZED BUSINESS:
In accordance with the State of Texas policy of encouraging the
use of Historically Underutilized Businesses (“HUBs”) in state
procurement, the University shall make a good faith effort to
utilize HUBs in contracts for construction, goods and services.
University strives to achieve HUB program goals by contracting
directly with HUBs or indirectly through HUB subcontracting
opportunities. If the University determines that subcontracting
is probable under the contract, a HUB Subcontracting Plan
(“HSP”) must be completed by the Respondent and submitted
with the Proposal in accordance with Texas Administrative
Code, Title 34, Part 1, Chapter 20, Subchapter B. The HSP, if
required by this solicitation, will become a provision of any
contract that results from this solicitation and the Respondent
will utilize the subcontractors indicated in the HSP, unless a
revision to the HSP is approved by the University. The
Respondent will also provide monthly Progress Assessment
Reports to the University during the life of the contract to
verify compliance with the HSP in the manner indicated by the
University.
3.3 ALTERNATE PROPOSAL:
University may consider alternate proposals submitted by
qualified responsive firms in determining an award.
Respondents submitting alternate proposals shall clearly
identify any exceptions taken to the requirements listed herein,
and include a detailed description of the alternate(s) proposed.
Respondent(s) may suggest additions to the requirements with
respect to scope of work or services performed. All such
suggestions shall be clearly defined. Alternate proposals shall
be submitted as an attachment to your base proposal (RFP)
package.
3.4 WITHDRAWAL OR MODIFICATION:
No proposal may be changed, amended, or modified after the
same has been submitted or filed in response to this solicitation,
except for obvious errors in extension. However, a proposal
may be withdrawn and resubmitted any time prior to the time
set for receipt of proposals. No proposal may be withdrawn
after the submittal deadline without approval by the University,
which shall be based on Respondent’s submittal, in writing, of a
reason acceptable to the University.
3.5 VALIDITY PERIOD:
Proposals are to be valid for the University's acceptance for a
minimum of 120 days from the submittal deadline date to allow
time for evaluation, selection, and any unforeseen delays.
Proposals, if accepted, shall remain valid for the life of the
Contract. At the end of the initial one-hundred-twenty (120)
day validity period, proposals will automatically roll over for an
additional one-hundred-twenty (120) day period unless
otherwise specified in writing by Respondent.
3.6 TERMS AND CONDITIONS:
The General Terms and Conditions (ref. Section IV) shall
govern any contract issued as a result of this solicitation (RFP).
All Respondents must comply with the requirements listed on
Section III Proposal Requirements, Section V Description of
Services, and Section IV Execution of Offer herein. In the event
there is a conflict expressed in this document, the provision-
requiring Respondent to supply the better quality or greater
quantity shall prevail, or if such conflict does not involve
quality or quantity, then interpretation will be in the following
order of precedence:
1.
Description of Services
2.
General Terms and Conditions
3.
Execution of Offer
By signing the Execution of Offer (EXHIBIT A) and submitting
a proposal, Respondent certifies that any attached or referenced
terms, conditions, or documents are applicable to this
procurement only to the extent that they do not conflict with the
statutes or Administrative Code of the State of Texas, or the
advertised terms and conditions, and that they do not impose
additional requirements on the University.
SECTION IV
SPECIFIC REQUIREMENTS OF REQUEST FOR PROPOSAL
1.1 FAILURE TO COMPLY WITH REQUIREMENTS:If
Respondent fails to comply with any requirements contained in
this RFP, Respondent’s Proposal will be considered non-
responsive and will be rejected. Below are the specific
requirements of the RFP.
1.2 SUBMISSION, CONTENT, AND FORMAT OF
PROPOSALS:
1.2.1 University will not accept Proposals received after the
Proposal Deadline. University will not accept proposals that do
not conform to the requirements of this RFP regarding the
required format and size. Likewise, failure to address all
aspects of the Project or the requirements of this RFP in a
complete and meaningful way will subject a Proposal to
rejection. Proposals that are qualified with conditional clauses,
alterations, items not called for in this RFP, or irregularities of
any kind are subject to rejection. Unnecessary or extraneous
attachments shall NOT be included with Proposals and will not
be reviewed, utilized or considered by University.
1.2.2 Each Proposal must be submitted as one (1) original
signed document plus one (1) bound hard copy plus one (1)
electronic copy as a single PDF file less than 15 MB in size.
University prefers simple and economically produced proposals
describing Respondent’s ability to meet the requirements of this
RFP in a straightforward, concise manner. In evaluating
Proposals, emphasis shall be on the quality, completeness,
clarity of content, responsiveness to requirements, and
understanding and anticipation of University’s needs.
1.2.3 The required hard-copy counterparts of Proposal must be
printed on letter-size (8-1/2” x 11”) paper assembled with spiral
or metal ring bindings and contains a MAXIMUM of THIRTY
(30) printed pages. Each section must be separated with a
divider sheet for quick reference. The cover, table of contents,
divider sheets, sample documents, incumbency certificate,
Bonding Letter, HSP, Execution of Offer and Cost and Delivery
Proposal do not count as printed pages. University’s published
manuals may be submitted in their entirety as an attachment or
incorporated by reference.
1.3 EXECUTION OF OFFER: Each Proposal must include the
completed, fully executed and acknowledged Execution of Offer
in form and substance identical to the form attached hereto as
EXHIBIT A.
1.4 HUB SUBCONTRACTING PLAN:
Based on an analysis performed by the University’s Purchasing
Department, subcontracting was determined to be (not to be)
probable for this contract. Therefore, a HSP will (will not) be
required to be submitted with the Proposal. EXHIBIT B
contains the HSP form and instructions. If you have any
questions about completing the HSP, if required, please contact
Maya Thornton, HUB Director via email at [email protected].
1.5 GENERAL INFORMATION QUESTIONNAIRE: The
General Information Questionnaire (see section VIII) must be
completed and submitted with the proposal.
1.6 ADDITIONAL REQUIREMENTS:
Additional requirements, if any, specified in the RFP are listed
below:
4.6.1
(Describe requirement 1.)
4.6.2
(Describe requirement 2.)SECTION V
GENERAL TERMS AND CONDITIONS
1.7 GENERAL:
These General Terms and Conditions are an example of what
may be a part of any contract which may be awarded resulting
from this RFP. Irrespective of those contained in this RFP, the
University reserves the right to require additional or modified
contract terms and conditions with the successful entity that are
in the University’s best interest.
1.8 DEFINITIONS:
Whenever the following terms are used in these General Terms
and Conditions or in the other Contract Documents the intent
and meaning shall be interpreted as follows:
Contract Documents shall mean the documents that form the
Contract between the University and the Contractor. The
Contract Documents consist of the Agreement or Purchase
Order. The Standard Purchasing Agreement (EXHIBIT C) is the
University’s preferred form of Agreement. Any change or
addendum to the Standard Purchasing Agreement or use of
another contract form must be reviewed and approved by UH
System Legal Counsel and will delay the contracting
process.Conditions of the Contract (this Section 5 - General
Terms and Conditions, and any Additional or Special
Conditions issued for this RFP), Specifications, Pricing and
Delivery Schedule, Execution of Offer, Respondent's
Questionnaire, and all Addenda and Amendments issued prior to
and after the execution of the Contract.
University shall mean the University of Houston.
Respondent shall mean the individual, partnership, corporation,
or other entity responding to this RFP.
Contractor shall mean the individual, partnership, corporation,
or other entity awarded a Contract for requested services under
this RFP, in accordance with the terms, conditions, and
requirements herein.
Project shall mean the complete undertaking by Contractor to
provide the goods and/or services contemplated by the Contract.
5.1 ENTIRE AGREEMENT:
The Contract Documents, for all intents and purposes, are
intended as the complete and exclusive statement of the
agreement between the University and the Contractor and
supersede all prior or contemporaneous agreements,
negotiations, course of prior dealings, or oral representations
relating to the subject matter hereof. The terms and conditions
of any purchase order, agreements, amendments, modifications,
or other documents submitted by either party which conflict
with, or in any way purport to amend or add to any of the terms
and conditions of the Contract are specifically objected to by
the other party and shall be of no force or effect, nor shall
govern in any way the subject matter hereof, unless set forth in
writing and signed by both parties.5.2 TIME OF
PERFORMANCE:
Time is of the essence in the rendering of services hereunder.
Contractor agrees to perform all obligations and render services
set forth per this Contract in accordance with the schedules
herein and as mutually agreed upon between the University and
Contractor during the term of this Contract.
5.3 DEFAULT:
In the event that the Contractor fails to carry out or comply with
any of the terms and conditions of the Contract with the
University, the University may notify the Contractor of such
failure or default in writing and demand that the failure or
default be remedied within ten (10) days; and in the event that
the Contractor fails to remedy such failure or default within the
ten (10) day period, the University shall have the right to cancel
the Contract.
Without limiting the foregoing, the following shall constitute a
material breach by the Contractor, upon the occurrence of which
the Contractor shall immediately notify the University; the
Contractor ceases its business operation, makes a general
assignment for the benefit of creditors, is adjudged bankrupt,
becomes insolvent, buyout or merger, or non-compliance to
governmental requirements. The cancellation of the Contract,
under any circumstances whatsoever, shall not effect or relieve
Contractor from any obligation or liability that may have been
incurred or will be incurred pursuant to the Contract and such
cancellation by the University shall not limit any other right or
remedy available to the University at law or in equity.
5.4 FINANCIAL REPORTS AND PAYMENT: A. All invoices
should be submitted to the University no more than 30 calendar
days after the delivery of goods or completion of services that
are being invoiced.
B. University will remit payments based on valid and correct
invoices no later than 30 calendar days after the later of the
goods receipt date, service completion date, and invoice receipt
date. Invoices must include a description of goods or services
provided and an itemization of fees and/or expenses requested
in a format mutually agreed upon by the Contractor and the
Contract Coordinator.
C. University shall have the right to verify the details set forth
in Contractor's invoices, either before or after payment of
invoices.
5.5 CONTRACT AMENDMENTS:
The Contract may be amended within the Contract period by
mutual consent of the parties. No modification or amendment
to the Contract shall become valid unless in writing and signed
by both parties. All correspondence regarding modifications or
amendments to the Contract must be forwarded to the
University’s Office of Auxiliary Services for prior review and
approval.
5.6 INDEPENDENT CONTRACTOR STATUS:
Contractor recognizes that it is engaged as an independent
contractor and acknowledges that the University will have no
responsibility to provide transportation, insurance, taxes or
other fringe benefits normally associated with employee status.
Contractor, in accordance with its status as an independent
contractor, covenants and agrees that it shall conduct itself
consistent with such status, that it will neither hold itself out as
nor claim to be an officer, partner, employee or agent of the
University by reason hereof, and that it will not by reason
hereof make any claim, demand or application to or for any
right or privilege applicable to an officer, partner, employee or
agent of the University, including, but not limited to,
unemployment insurance benefits, social security coverage or
retirement benefits. Contractor hereby agrees to make its own
arrangements for any of such benefits as it may desire and
agrees that it is responsible for all income taxes required by
applicable law.
5.7 GENERAL RULES AND PROCEDURES FOR
PURCHASING:
Respondent shall comply with Texas Government Code Section
2155.004 provision regarding conflicts of interest, prohibition
on certain bids and contracts, and anti-trust laws.
A state agency may not accept a bid or award a contract that
includes proposed financial participation by a person who
received compensation from the agency to participate in
preparing the specifications or request for proposals on which
the bid or contract is based.
Under Section 2155.004, Government Code, the Respondent
certifies that the individual or business entity named in this bid
or contract is not ineligible to receive the specified contract and
acknowledges that this contract may be terminated and payment
withheld if this certification is inaccurate.5.8 UNIVERSITY’S
RIGHT TO AUDIT:
At any time during the term of this Contract and for a period of
four (4) years thereafter the University or a duly authorized
audit representative of the University, or the State of Texas, at
its expense and at reasonable times, reserves the right to audit
Contractor's records and books relevant to all services provided
under this Contract. In the event such an audit by the
University reveals any errors/overpayments by the University,
Contractor shall refund the University the full amount of such
overpayments within thirty (30) days of such audit findings, or
the University, at its option, reserves the right to deduct such
amounts owing the University from any payments due to the
Contractor.
5.9 ACCESS TO DOCUMENTS:
To the extent applicable to this procurement, in accordance with
Public Law 99-499 under TEFRA, Contractor agrees to allow,
during and for a period of not less than four (4) years after the
Contract term, access to this Contract and its books, documents,
and records; and contracts between Contractor and its
subcontractors or related organizations, including books,
documents and records relating to same, by the Comptroller
General of the United States, and their duly authorized
representatives.
5.10 TITLE AND RISK OF LOSS:
For goods to be provided by Contractor hereunder, if any, the
title and risk of loss of the goods shall not pass to the
University.
5.11 ACCEPTANCE OF PRODUCTS AND SERVICES:
All products furnished and all services performed under this
Contract shall be to the satisfaction of the University and in
accordance with the specifications, terms, and conditions of the
Contract. The University reserves the right to inspect the
products furnished or the services performed, and to determine
the quality, acceptability, and fitness of such products or
services.
5.12 SALES AND USE TAX:
Section 151.311, Tax Code permits the purchase free of state
sales and use taxes of tangible personal property to be
incorporated into realty in the performance of a contract for an
improvement to realty for certain exempt entities such as UH
System and its components.5.13 INDEMNIFICATION:
Contractor agrees to hold UH System, the University, its
regents, officers, agents and employees harmless and free from
any loss, damage, or expense arising out of any occurrence
relating to this Contract or its performance and will indemnify
UH System and the University, its regents, officers, agents,
employees, and students and assigns against any damage or
claim of any type arising from the acts or omission (including
negligence) of the Contractor, its agents, employees,
subcontractors, and/or assigns.
A. CONTRACTOR SHALL PROTECT AND INDEMNIFY THE
UNIVERSITY FROM AND AGAINST ALL CLAIMS,
DAMAGES, JUDGMENTS AND LOSS ARISING FROM
INFRINGEMENT OR ALLEGED INFRINGEMENT OF ANY
UNITED STATES PATENT, OR COPYRIGHT, ARISING BY
OR OUT OF ANY OF THE SERVICES PERFORMED OR
GOODS PROVIDED HEREUNDER OR THE USE BY
CONTRACTOR, OR BY THE UNIVERSITY AT THE
DIRECTION OF CONTRACTOR, OF ANY ARTICLE OR
MATERIAL, PROVIDED THAT UPON BECOMING AWARE
OF A SUIT OR THREAT OF SUIT FOR PATENT OR
COPYRIGHT INFRINGEMENT, THE UNIVERSITY SHALL
PROMPTLY NOTIFY CONTRACTOR AND CONTRACTOR
SHALL BE GIVEN FULL OPPORTUNITY TO NEGOTIATE A
SETTLEMENT. CONTRACTOR DOES NOT WARRANT
AGAINST INFRINGEMENT BY REASON OF THE
UNIVERSITY'S DESIGN OF ARTICLES OR THE USE
THEREOF IN COMBINATION WITH OTHER MATERIALS
OR IN THE OPERATION OF ANY PROCESS. IN THE
EVENT OF LITIGATION, THE UNIVERSITY AGREES TO
COOPERATE REASONABLY WITH CONTRACTOR AND
PARTIES SHALL BE ENTITLED, IN CONNECTION WITH
ANY SUCH LITIGATION, TO BE REPRESENTED BY
COUNSEL AT THEIR OWN EXPENSE.B. The indemnities
contained herein shall survive the termination of any agreement
or purchase order for any reason whatsoever.
5.14 FORCE MAJEURE:
If either the University or Contractor (individually, a “Party”) is
delayed at any time in the performance of its obligations
hereunder by economic industry-wide strikes, fire, unusual
delay in deliveries, unavoidable casualties, or other causes
reasonably beyond such Party’s control and which could not
have been reasonably anticipated by such Party, then the time
for performance of such Party shall be extended by one (1) day
for each day of such delay.
5.15 CONFLICTS OF INTEREST:
It is understood and agreed that no benefits, payments or
considerations received by Contractor for the performance of
services associated with and pertinent to the resultant Contract
shall accrue, directly or indirectly, to any employees, elected or
appointed officers or representatives, or any other person
identified as agents of, or who are by definition an employee of,
the State.
Respondent shall also disclose:
A. Any relationship, whether by relative, business associate,
capital funding agreement or by any other such kinship which
exists between Respondent and an employee of any UH System
component.
B. Whether Respondent has been an employee of any UH
System component within the immediate twelve (12) months
prior to the RFP response. C. Whether any member of the Board
of Regents of the University, or the Executive Officers of the
University or its component institutions, has a financial interest,
directly or indirectly, in the transaction that is the subject of the
contract.
All such disclosures will be subject to administrative review
and approval prior to the University entering into any contract
with Respondent.
5.16 NON-DISCLOSURE:
Contractor and the University acknowledge that they or their
employees may, in the performance of the resultant Contract,
come into the possession of proprietary or confidential
information owned by or in the possession of the other.
Neither party shall use any such information for its own benefit
or make such information available to any person, firm,
corporation, or other organization, regardless of whether
directly or indirectly affiliated with Contractor or the
University, unless (i) required by law, (ii) by order of any court
or tribunal, (iii) such disclosure is necessary for the assertion of
a right, or defense of an assertion of a right, by one party
against the other party hereto, or (iv) such information has been
acquired from other sources.
5.17 PUBLICITY:
Contractor agrees that it shall not publicize this Contract or
disclose, confirm or deny any details thereof to third parties or
use any photographs or video recordings of the University's
employees or use the University's name in connection with any
sales promotion or publicity event without the prior express
written approval of the University.
5.18 SEVERABILITY:
In case any provision hereof, or of any resulting agreement or
purchase order, shall, for any reason, be held invalid or
unenforceable in any respect, such invalidity or
unenforceability shall not affect any other provision thereof,
and this Contract shall be construed as if such invalid or
unenforceable provision had not been included herein.
5.19 NON-WAVIER OF DEFAULTS:
No delay or omission by either of the parties hereto in
exercising any right or power accruing upon the non‑compliance
or failure of performance by the other party hereto of any of the
provisions of this Contract shall impair any such right or power
or be construed to be a waiver thereof. A waiver by either of
the parties hereto of any of the covenants, conditions or
agreements thereof to be performed by the other party hereto
shall not be construed to be a waiver of any subsequent breach
thereof or of any other covenant, condition or agreement therein
contained.
5.20 ASSIGNMENT:
The agreement with Contractor is a personal service contract for
the services of Contractor, and Contractor's interest in such
agreement, duties hereunder and/or fees due hereunder may not
be assigned or delegated to a third party. The benefits and
burdens of this agreement are, however, assignable by the
University.
5.21 ASSIGNMENT OF OVERCHARGE CLAIMS:
Contractor hereby assigns to the University any and all claims
for overcharges associated with the Contract arising under the
antitrust laws of the United States, 15 U.S.C.A., Sec. 1 et seq.
(1973), or arising under the antitrust laws of the State of Texas,
Texas Business and Commerce Code Annotated, Sec. 15.01, et
seq. (1967).
5.22 PATENT AND COPYRIGHT:
Contractor shall pay for any royalties, license fees, copyrights
or trade and service marks required to perform the services
required by this Contract.
5.23 TEXAS PUBLIC INFORMATION ACT:
University considers all information, documentation and other
materials requested to be submitted in response to this
solicitation to be of a non-confidential and/or non-proprietary
nature and therefore shall be subject to public disclosure under
the Texas Public Information Act (Texas Government Code,
Chapter 552.001, et seq) after a contract is awarded.
Respondents are hereby notified that the University strictly
adheres to all statutes, court decisions, and opinions of the
Texas Attorney General regarding the disclosure of RFP
information.
5.24 FREEDOM OF ACCESS AND USE OF FACILITIES:
The Contractor's employees shall have reasonable and free
access during normal business hours to use only those facilities
of the University that are necessary to perform services under
this Contract and shall have no right of access to any other
facilities of the University.
5.25 OBSERVANCE OF UNIVERSITY RULES AND
REGULATIONS:
Respondent agrees that at all times its employees will observe
and comply with all policies and regulations of the University
while on University premises, including but not limited to
parking, safety and security regulations.5.26 SECTION
HEADINGS:
All section headings are for convenience of reference only and
are not intended to define or limit the scope of any provisions
of this RFP.
5.27 NOTICES:
Any notices required or permitted to be given shall be in writing
and effective upon receipt and shall be sent by certified mail,
return receipt requested, postage pre-paid, addressed as follows:
UH-Department of Purchasing
Office of the Director
5000 Gulf Freeway, Bldg. 1, Suite 202Houston, Texas 77204-
5015
5.28 GOVERNING LAW:This Contract, including, without
limitation, this RFP and any resulting agreement or purchase
order, shall be construed and governed by the laws of the State
of Texas.
5.29 ANTI-TRUST LAWS:
Respondent shall certify that neither the Respondent nor the
firm, corporation, partnership or University represented by the
Respondent, or anyone acting for such firm, corporation, or
institution has violated the antitrust laws of this state, codified
in the Texas Free Enterprise and Antitrust Act set forth in
Chapter 15 of the Business and Commerce Code, or the Federal
antitrust laws, nor have they directly or indirectly
communicated the bid to a competitor or other person engaged
in the same line of business.
5.30 CERTIFICATION OF FRANCHISE TAX STATUS:
Respondents are advised that UH System cannot pay vendors
who are delinquent in paying state franchise taxes pursuant to
Texas Government Code Chapter 2107.008. A corporate
Respondent shall certify that it is not currently delinquent in the
payment of, is exempt from, or is an out-of-state corporation
that is not subject to any State of Texas franchise taxes. The
Respondent agrees that each subcontractor and supplier under
contract will also provide a certification of franchise tax status.
5.31 DELINQUENCY IN PAYING CHILD SUPPORT:
Under Section 231.006, Texas Family Code, a child support
obligor who is more than 30 days delinquent in paying child
support, and a business entity in which the obligor is a sole
proprietor, partner, shareholder, or owner with an owner’s
interest of at least 25 percent is not eligible to receive payments
from state funds under a contract to provide property, materials
or services; or receive a state - funded grant or loan until all
arrears have been paid; or the obligor is in compliance with a
written repayment agreement or court order as to any existing
delinquency.
The Respondent certifies that the individual or business entity
named in this contract, bid, or application is not ineligible to
receive the specified grant, loan, or payment and acknowledges
that this contract may be terminated and payment may be
withheld if this certification is inaccurate.
SECTION VI
DESCRIPTION OF SERVICES-GENERAL REQUIREMENTS -
SCOPE OF WORK
1.9 GENERAL REQUIREMENTS:
(__________________) provide a brief description and outline
of your requirements.
6.2
SERVICES TO BE PERFORMED:(__________________) must
provide all details, deliverables, phases, requirements in this
section. You are identifying to the Respondents, the facts and
exact details you are seeking.
_
_
_
_
_
_
_
_
1.10 ORAL PRESENTATION/WRITTEN CLARIFICATION:
As part of the evaluation process, the University reserves the
right to request the Respondent to provide written clarification
or make a formal, oral presentation. The UHS point of contact
as identified within this RFP shall request the written
clarification or schedule any presentations required. Each
Respondent should be prepared to discuss and substantiate all
areas of its proposal. This is a fact finding and explanation
session only and does not include negotiation. In conducting
discussions, there shall be no disclosure of any information
derived from proposals submitted by competing Respondents.
The Respondent shall be responsible for all of its costs
associated with the presentation. Oral presentations are an
option of the University and may or may not be conducted with
none, some or all of the Respondents.6.4
FEES:(____________________) Provide a fee schedule or
provide an itemized line item breakdown for each service or
merchandise. For example, if you are seeking services, you may
want to include a line item for;
Hourly Rate $______________
Trip Charge
$______________
1.11 PAYMENTS:
Payments will be made 30 calendar days after the later of
invoice receipt, delivery of goods, and completion of services.
Invoices must include an itemized description of services based
on services agreement. University shall have the right to verify
the details set forth in the Contractor’s invoices, either before
or after payment of the invoice.
6.6 UNIVERSITY RESPONSIBILITIES: The University will
assist the contractor by performing the following actions:
• Assign an individual to act as primary contact at each
component campus.
6.7
REFUNDS:
The University will establish per terms of contract.
6.8
TAXES:The Contractor will comply and pay all taxes applicable
under Federal, State and local laws.
6.9
INSURANCE AND LEGAL REQUIREMENTS:The Contractor
must carry applicable insurance and provide annual certificate
of coverage to the Contract Coordinator. The Contractor must
comply with all applicable permits and licenses and all
requirements of applicable laws, regulations, and standards
required for the operation of software license.
1.12 COMPLIANCE WITH THE UNIVERSITY PREMISE
RULES:The Contractor agrees that at all times its employees
will observe and comply with all policies and regulations of the
University, including but not limited to parking, safety and
security regulations. This contract requires compliance with all
University regulations and practices for services provided on
the University premises. The Contractor, its agents, employees
or subcontractors are made aware of, fully informed about, and
in full compliance with its obligations under the following
regulations, unless otherwise exempt:
· The Contractor shall comply with all applicable rules
including without limitation, those relative to environmental
quality, safety, fire prevention and noise.
· The University is a smoke-free institution. Smoking, is
prohibited in any University building or facility unless
otherwise posted.
· The Contractor has the right to use but shall have no right of
access to any other facilities.
· The Contractor is responsible to ensure all its employees,
personnel, or representatives entering onto UH facilities abide
by these provisions.
1.13 TRANSITION PLAN:
The Contractor (including the incumbent) shall submit a
transition plan addressing whether transition would be on a
designated date or in predetermined time phases.
1.14 SPECIAL SERVICES:The Contractor should propose any
special services such as scholarship funds, special promotions
or product availability for donations during the term of the
contract.
1.15 CONTRACT COORDINATOR:
The University will exercise its right and obligations under the
Contract through its (Departmental Contact – Ann Pino, who
will serve as Contract Coordinator.
6.13.1 All services performed shall be subject to review,
coordination and approval by the contract coordinator. The
contract coordinator will, in all cases, determine the quality,
acceptability, and appropriateness of the work provided under
contract. The contract coordinator will decide all questions
which may arise as to the fulfillment of the Contract on the part
of the Contractor and the contract coordinator’s determination
and decision will be final and conclusive.
6.13.2 In the event services performed by the Contractor do
not conform to the requirements of this Contract as determined
by the contract coordinator, the University, at its option, may
request the Contractor to adjust service schedules, product
selection or add/delete/revise locations of service to the
University. All adjustments or requests will be as mutually
agreed upon between the Contractor and the University.
SECTION VIIINSURANCE REQUIREMENTS
7.1
REQUIRED COVERAGE:
For the duration of the agreement, for any renewal terms, and
for purposes of indemnification obligations that are specified to
survive termination or expiration of the agreement, Contractor
shall obtain, at its sole expense and at no cost to the University,
the following coverages and shall maintain such coverage in full
force and effect:
7.1.1 Commercial General Liability Insurance including
operations, contractual liability, and products liability in the
combined single limit of not less than one million dollars
($1,000,000) per occurrence and two million dollars
($2,000,000) in the aggregate;7.1.2
Professional Liability or Errors & Omission Insurance (For
Professional Services only) of not less than five million dollars
($5,000,000) per occurrence for professional services i.e.,
Physician, Lawyer, Architect, Engineer, other “Professional” or
a Consultant representing his own firm;7.1.3
If, during the Term, Contractor will enter University property,
Contractor shall also maintain the following insurance:
· Workers' Compensation and Employers Liability Insurance
covering all individuals who provide Services pursuant to the
agreement at the request of the Contractor, at the statutory
limits in effect as of the Effective Date of the Contract and as
modified from time to time by the regulatory body or insurance
carrier charged with administering Workers' Compensation for
the State of Texas. Employer's Liability in amounts of not less
than one million dollars ($1,000,000) per accident, one million
dollars ($1,000,000) for disease (policy limit), and one million
($1,000,000) for disease (per person).
· Commercial Automobile Liability Insurance in the combined
single limit of not less than one million dollars ($1,000,000) or
in the event Contractor does not own automobiles, Contractor
agrees to maintain coverage for Hired & Non-Owned Auto
Liability, which may be satisfied by way of endorsement to the
Commercial General Liability Policy or a separate Commercial
Auto Liability Policy;
7.1.4
University may require additional insurance coverages and/or
limits depending on the nature and scope of the contract.
7.1.5
Providing and maintaining insurance coverage is a material term
of this solicitation. Contractor shall provide Certificates of
Insurance evidencing the Insurance Requirements no later than
ten (10) days prior to the start of work and replacement or
renewal certificates no less than thirty (30) days prior to the
expiration of any such insurance. Insurance coverages must be
written by companies authorized and admitted to do business in
the State of Texas and rated A-, VII or better by A.M. Best
Company. Contractor shall provide the University a full and
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx
Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx

More Related Content

Similar to Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx

Srfp consultants 23 preparation of proposals
Srfp consultants 23   preparation of proposalsSrfp consultants 23   preparation of proposals
Srfp consultants 23 preparation of proposalsJoy Irman
 
Darpa baa-14-46-fa qs v.1
Darpa baa-14-46-fa qs v.1Darpa baa-14-46-fa qs v.1
Darpa baa-14-46-fa qs v.1
kundan kumar
 
Exhibits for Amplify protest decision
Exhibits for Amplify protest decisionExhibits for Amplify protest decision
Exhibits for Amplify protest decision
EducationNC
 
ENG 211 Week Three Assignment-Robyn Wolfe
ENG 211 Week Three Assignment-Robyn WolfeENG 211 Week Three Assignment-Robyn Wolfe
ENG 211 Week Three Assignment-Robyn WolfeRobyn Wolfe
 
1202 Task Force DQ
1202 Task Force DQ1202 Task Force DQ
1202 Task Force DQ
Joshua Sharf
 
Example Solicitation - IT Support Services
Example Solicitation - IT Support ServicesExample Solicitation - IT Support Services
Example Solicitation - IT Support ServicesRobert Krauss, PMP
 
Proposal_Form_for_PIF_Grant.pdf
Proposal_Form_for_PIF_Grant.pdfProposal_Form_for_PIF_Grant.pdf
Proposal_Form_for_PIF_Grant.pdf
2023MAInt121
 
Page 1 of 4 NIZWA COLLEGE OF TECHNOLOGY BUSINESS .docx
Page 1 of 4    NIZWA COLLEGE OF TECHNOLOGY BUSINESS .docxPage 1 of 4    NIZWA COLLEGE OF TECHNOLOGY BUSINESS .docx
Page 1 of 4 NIZWA COLLEGE OF TECHNOLOGY BUSINESS .docx
honey690131
 
Page 1 of 4 NIZWA COLLEGE OF TECHNOLOGY BUSINESS .docx
Page 1 of 4    NIZWA COLLEGE OF TECHNOLOGY BUSINESS .docxPage 1 of 4    NIZWA COLLEGE OF TECHNOLOGY BUSINESS .docx
Page 1 of 4 NIZWA COLLEGE OF TECHNOLOGY BUSINESS .docx
aman341480
 
Past performance everything
Past performance everythingPast performance everything
Past performance everything
jpeabody
 
CPT-Application Final Portfolio
CPT-Application Final PortfolioCPT-Application Final Portfolio
CPT-Application Final PortfolioAllyson Brown
 
Demo deck truckee
Demo deck truckeeDemo deck truckee
Demo deck truckeeOpenCounter
 
AoC Beacon Awards 2014-15 prospectus - how to apply
AoC Beacon Awards 2014-15 prospectus - how to applyAoC Beacon Awards 2014-15 prospectus - how to apply
AoC Beacon Awards 2014-15 prospectus - how to applyAssociation of Colleges
 
AoC Beacon Awards 2014-15 - Guidance on How to Apply
AoC Beacon Awards 2014-15 - Guidance on How to ApplyAoC Beacon Awards 2014-15 - Guidance on How to Apply
AoC Beacon Awards 2014-15 - Guidance on How to ApplyAssociation of Colleges
 
M tech mba working professionals at iiita copy
M tech mba working professionals at iiita copyM tech mba working professionals at iiita copy
M tech mba working professionals at iiita copy
Preyanshu Gupta
 
12Assignment 2 Final ReportThis assignment is align.docx
12Assignment 2 Final ReportThis assignment is align.docx12Assignment 2 Final ReportThis assignment is align.docx
12Assignment 2 Final ReportThis assignment is align.docx
aulasnilda
 
12Assignment 2 Final ReportThis assignment is align.docx
12Assignment 2 Final ReportThis assignment is align.docx12Assignment 2 Final ReportThis assignment is align.docx
12Assignment 2 Final ReportThis assignment is align.docx
RAJU852744
 
Application format nit
Application format nitApplication format nit
Application format nit
Raja Kashyap
 

Similar to Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx (20)

Srfp consultants 23 preparation of proposals
Srfp consultants 23   preparation of proposalsSrfp consultants 23   preparation of proposals
Srfp consultants 23 preparation of proposals
 
Darpa baa-14-46-fa qs v.1
Darpa baa-14-46-fa qs v.1Darpa baa-14-46-fa qs v.1
Darpa baa-14-46-fa qs v.1
 
Exhibits for Amplify protest decision
Exhibits for Amplify protest decisionExhibits for Amplify protest decision
Exhibits for Amplify protest decision
 
ENG 211 Week Three Assignment-Robyn Wolfe
ENG 211 Week Three Assignment-Robyn WolfeENG 211 Week Three Assignment-Robyn Wolfe
ENG 211 Week Three Assignment-Robyn Wolfe
 
1202 Task Force DQ
1202 Task Force DQ1202 Task Force DQ
1202 Task Force DQ
 
RFP
RFPRFP
RFP
 
Example Solicitation - IT Support Services
Example Solicitation - IT Support ServicesExample Solicitation - IT Support Services
Example Solicitation - IT Support Services
 
Proposal_Form_for_PIF_Grant.pdf
Proposal_Form_for_PIF_Grant.pdfProposal_Form_for_PIF_Grant.pdf
Proposal_Form_for_PIF_Grant.pdf
 
RFO # HBE-DA-2011-01
RFO # HBE-DA-2011-01RFO # HBE-DA-2011-01
RFO # HBE-DA-2011-01
 
Page 1 of 4 NIZWA COLLEGE OF TECHNOLOGY BUSINESS .docx
Page 1 of 4    NIZWA COLLEGE OF TECHNOLOGY BUSINESS .docxPage 1 of 4    NIZWA COLLEGE OF TECHNOLOGY BUSINESS .docx
Page 1 of 4 NIZWA COLLEGE OF TECHNOLOGY BUSINESS .docx
 
Page 1 of 4 NIZWA COLLEGE OF TECHNOLOGY BUSINESS .docx
Page 1 of 4    NIZWA COLLEGE OF TECHNOLOGY BUSINESS .docxPage 1 of 4    NIZWA COLLEGE OF TECHNOLOGY BUSINESS .docx
Page 1 of 4 NIZWA COLLEGE OF TECHNOLOGY BUSINESS .docx
 
Past performance everything
Past performance everythingPast performance everything
Past performance everything
 
CPT-Application Final Portfolio
CPT-Application Final PortfolioCPT-Application Final Portfolio
CPT-Application Final Portfolio
 
Demo deck truckee
Demo deck truckeeDemo deck truckee
Demo deck truckee
 
AoC Beacon Awards 2014-15 prospectus - how to apply
AoC Beacon Awards 2014-15 prospectus - how to applyAoC Beacon Awards 2014-15 prospectus - how to apply
AoC Beacon Awards 2014-15 prospectus - how to apply
 
AoC Beacon Awards 2014-15 - Guidance on How to Apply
AoC Beacon Awards 2014-15 - Guidance on How to ApplyAoC Beacon Awards 2014-15 - Guidance on How to Apply
AoC Beacon Awards 2014-15 - Guidance on How to Apply
 
M tech mba working professionals at iiita copy
M tech mba working professionals at iiita copyM tech mba working professionals at iiita copy
M tech mba working professionals at iiita copy
 
12Assignment 2 Final ReportThis assignment is align.docx
12Assignment 2 Final ReportThis assignment is align.docx12Assignment 2 Final ReportThis assignment is align.docx
12Assignment 2 Final ReportThis assignment is align.docx
 
12Assignment 2 Final ReportThis assignment is align.docx
12Assignment 2 Final ReportThis assignment is align.docx12Assignment 2 Final ReportThis assignment is align.docx
12Assignment 2 Final ReportThis assignment is align.docx
 
Application format nit
Application format nitApplication format nit
Application format nit
 

More from clarebernice

Consider the vision for a successful Southwest Transit marketing tea.docx
Consider the vision for a successful Southwest Transit marketing tea.docxConsider the vision for a successful Southwest Transit marketing tea.docx
Consider the vision for a successful Southwest Transit marketing tea.docx
clarebernice
 
Consider the various ways to create effective communication in teams.docx
Consider the various ways to create effective communication in teams.docxConsider the various ways to create effective communication in teams.docx
Consider the various ways to create effective communication in teams.docx
clarebernice
 
consider the unique and varied forms of slaveryenslavement in Afric.docx
consider the unique and varied forms of slaveryenslavement in Afric.docxconsider the unique and varied forms of slaveryenslavement in Afric.docx
consider the unique and varied forms of slaveryenslavement in Afric.docx
clarebernice
 
Consider the types of digital technology advances that exist and how.docx
Consider the types of digital technology advances that exist and how.docxConsider the types of digital technology advances that exist and how.docx
Consider the types of digital technology advances that exist and how.docx
clarebernice
 
Consider the two following statements Photosynthesis and cellular .docx
Consider the two following statements Photosynthesis and cellular .docxConsider the two following statements Photosynthesis and cellular .docx
Consider the two following statements Photosynthesis and cellular .docx
clarebernice
 
Consider the study on Ethnography you described last week, Remind us.docx
Consider the study on Ethnography you described last week, Remind us.docxConsider the study on Ethnography you described last week, Remind us.docx
Consider the study on Ethnography you described last week, Remind us.docx
clarebernice
 
Consider the role of HR in a rapidly-changing world. What cha.docx
Consider the role of HR in a rapidly-changing world. What cha.docxConsider the role of HR in a rapidly-changing world. What cha.docx
Consider the role of HR in a rapidly-changing world. What cha.docx
clarebernice
 
Consider the scenarios involving the unwilling moral agents of J.docx
Consider the scenarios involving the unwilling moral agents of J.docxConsider the scenarios involving the unwilling moral agents of J.docx
Consider the scenarios involving the unwilling moral agents of J.docx
clarebernice
 
Consider the scenario below.A toxic waste dump company wants to .docx
Consider the scenario below.A toxic waste dump company wants to .docxConsider the scenario below.A toxic waste dump company wants to .docx
Consider the scenario below.A toxic waste dump company wants to .docx
clarebernice
 
Consider the role of interest groups in the policy-making process, w.docx
Consider the role of interest groups in the policy-making process, w.docxConsider the role of interest groups in the policy-making process, w.docx
Consider the role of interest groups in the policy-making process, w.docx
clarebernice
 
Consider the role of stakeholders in addressing a health problem a.docx
Consider the role of stakeholders in addressing a health problem a.docxConsider the role of stakeholders in addressing a health problem a.docx
Consider the role of stakeholders in addressing a health problem a.docx
clarebernice
 
Consider the quote by Adam Fuss in this module in which he describes.docx
Consider the quote by Adam Fuss in this module in which he describes.docxConsider the quote by Adam Fuss in this module in which he describes.docx
Consider the quote by Adam Fuss in this module in which he describes.docx
clarebernice
 
Consider the obstacles that Phoenix Jackson had to overcome on h.docx
Consider the obstacles that Phoenix Jackson had to overcome on h.docxConsider the obstacles that Phoenix Jackson had to overcome on h.docx
Consider the obstacles that Phoenix Jackson had to overcome on h.docx
clarebernice
 
Consider the nurse leader’s role in achieving the IHI Quadruple Ai.docx
Consider the nurse leader’s role in achieving the IHI Quadruple Ai.docxConsider the nurse leader’s role in achieving the IHI Quadruple Ai.docx
Consider the nurse leader’s role in achieving the IHI Quadruple Ai.docx
clarebernice
 
Consider the music business as a supply network. How has music d.docx
Consider the music business as a supply network. How has music d.docxConsider the music business as a supply network. How has music d.docx
Consider the music business as a supply network. How has music d.docx
clarebernice
 
Consider the mean of a cluster of objects from a binary transact.docx
Consider the mean of a cluster of objects from a binary transact.docxConsider the mean of a cluster of objects from a binary transact.docx
Consider the mean of a cluster of objects from a binary transact.docx
clarebernice
 
Consider the importance of using a variety of assessments in the.docx
Consider the importance of using a variety of assessments in the.docxConsider the importance of using a variety of assessments in the.docx
Consider the importance of using a variety of assessments in the.docx
clarebernice
 
Consider the importance of visuals in connecting with an audienc.docx
Consider the importance of visuals in connecting with an audienc.docxConsider the importance of visuals in connecting with an audienc.docx
Consider the importance of visuals in connecting with an audienc.docx
clarebernice
 
Consider the imagery you created in your mind as you interacted with.docx
Consider the imagery you created in your mind as you interacted with.docxConsider the imagery you created in your mind as you interacted with.docx
Consider the imagery you created in your mind as you interacted with.docx
clarebernice
 
Consider the followingContrast Soviet and post-Soviet migration.docx
Consider the followingContrast Soviet and post-Soviet migration.docxConsider the followingContrast Soviet and post-Soviet migration.docx
Consider the followingContrast Soviet and post-Soviet migration.docx
clarebernice
 

More from clarebernice (20)

Consider the vision for a successful Southwest Transit marketing tea.docx
Consider the vision for a successful Southwest Transit marketing tea.docxConsider the vision for a successful Southwest Transit marketing tea.docx
Consider the vision for a successful Southwest Transit marketing tea.docx
 
Consider the various ways to create effective communication in teams.docx
Consider the various ways to create effective communication in teams.docxConsider the various ways to create effective communication in teams.docx
Consider the various ways to create effective communication in teams.docx
 
consider the unique and varied forms of slaveryenslavement in Afric.docx
consider the unique and varied forms of slaveryenslavement in Afric.docxconsider the unique and varied forms of slaveryenslavement in Afric.docx
consider the unique and varied forms of slaveryenslavement in Afric.docx
 
Consider the types of digital technology advances that exist and how.docx
Consider the types of digital technology advances that exist and how.docxConsider the types of digital technology advances that exist and how.docx
Consider the types of digital technology advances that exist and how.docx
 
Consider the two following statements Photosynthesis and cellular .docx
Consider the two following statements Photosynthesis and cellular .docxConsider the two following statements Photosynthesis and cellular .docx
Consider the two following statements Photosynthesis and cellular .docx
 
Consider the study on Ethnography you described last week, Remind us.docx
Consider the study on Ethnography you described last week, Remind us.docxConsider the study on Ethnography you described last week, Remind us.docx
Consider the study on Ethnography you described last week, Remind us.docx
 
Consider the role of HR in a rapidly-changing world. What cha.docx
Consider the role of HR in a rapidly-changing world. What cha.docxConsider the role of HR in a rapidly-changing world. What cha.docx
Consider the role of HR in a rapidly-changing world. What cha.docx
 
Consider the scenarios involving the unwilling moral agents of J.docx
Consider the scenarios involving the unwilling moral agents of J.docxConsider the scenarios involving the unwilling moral agents of J.docx
Consider the scenarios involving the unwilling moral agents of J.docx
 
Consider the scenario below.A toxic waste dump company wants to .docx
Consider the scenario below.A toxic waste dump company wants to .docxConsider the scenario below.A toxic waste dump company wants to .docx
Consider the scenario below.A toxic waste dump company wants to .docx
 
Consider the role of interest groups in the policy-making process, w.docx
Consider the role of interest groups in the policy-making process, w.docxConsider the role of interest groups in the policy-making process, w.docx
Consider the role of interest groups in the policy-making process, w.docx
 
Consider the role of stakeholders in addressing a health problem a.docx
Consider the role of stakeholders in addressing a health problem a.docxConsider the role of stakeholders in addressing a health problem a.docx
Consider the role of stakeholders in addressing a health problem a.docx
 
Consider the quote by Adam Fuss in this module in which he describes.docx
Consider the quote by Adam Fuss in this module in which he describes.docxConsider the quote by Adam Fuss in this module in which he describes.docx
Consider the quote by Adam Fuss in this module in which he describes.docx
 
Consider the obstacles that Phoenix Jackson had to overcome on h.docx
Consider the obstacles that Phoenix Jackson had to overcome on h.docxConsider the obstacles that Phoenix Jackson had to overcome on h.docx
Consider the obstacles that Phoenix Jackson had to overcome on h.docx
 
Consider the nurse leader’s role in achieving the IHI Quadruple Ai.docx
Consider the nurse leader’s role in achieving the IHI Quadruple Ai.docxConsider the nurse leader’s role in achieving the IHI Quadruple Ai.docx
Consider the nurse leader’s role in achieving the IHI Quadruple Ai.docx
 
Consider the music business as a supply network. How has music d.docx
Consider the music business as a supply network. How has music d.docxConsider the music business as a supply network. How has music d.docx
Consider the music business as a supply network. How has music d.docx
 
Consider the mean of a cluster of objects from a binary transact.docx
Consider the mean of a cluster of objects from a binary transact.docxConsider the mean of a cluster of objects from a binary transact.docx
Consider the mean of a cluster of objects from a binary transact.docx
 
Consider the importance of using a variety of assessments in the.docx
Consider the importance of using a variety of assessments in the.docxConsider the importance of using a variety of assessments in the.docx
Consider the importance of using a variety of assessments in the.docx
 
Consider the importance of visuals in connecting with an audienc.docx
Consider the importance of visuals in connecting with an audienc.docxConsider the importance of visuals in connecting with an audienc.docx
Consider the importance of visuals in connecting with an audienc.docx
 
Consider the imagery you created in your mind as you interacted with.docx
Consider the imagery you created in your mind as you interacted with.docxConsider the imagery you created in your mind as you interacted with.docx
Consider the imagery you created in your mind as you interacted with.docx
 
Consider the followingContrast Soviet and post-Soviet migration.docx
Consider the followingContrast Soviet and post-Soviet migration.docxConsider the followingContrast Soviet and post-Soviet migration.docx
Consider the followingContrast Soviet and post-Soviet migration.docx
 

Recently uploaded

The geography of Taylor Swift - some ideas
The geography of Taylor Swift - some ideasThe geography of Taylor Swift - some ideas
The geography of Taylor Swift - some ideas
GeoBlogs
 
The approach at University of Liverpool.pptx
The approach at University of Liverpool.pptxThe approach at University of Liverpool.pptx
The approach at University of Liverpool.pptx
Jisc
 
Polish students' mobility in the Czech Republic
Polish students' mobility in the Czech RepublicPolish students' mobility in the Czech Republic
Polish students' mobility in the Czech Republic
Anna Sz.
 
How to Break the cycle of negative Thoughts
How to Break the cycle of negative ThoughtsHow to Break the cycle of negative Thoughts
How to Break the cycle of negative Thoughts
Col Mukteshwar Prasad
 
Model Attribute Check Company Auto Property
Model Attribute  Check Company Auto PropertyModel Attribute  Check Company Auto Property
Model Attribute Check Company Auto Property
Celine George
 
How to Make a Field invisible in Odoo 17
How to Make a Field invisible in Odoo 17How to Make a Field invisible in Odoo 17
How to Make a Field invisible in Odoo 17
Celine George
 
Unit 2- Research Aptitude (UGC NET Paper I).pdf
Unit 2- Research Aptitude (UGC NET Paper I).pdfUnit 2- Research Aptitude (UGC NET Paper I).pdf
Unit 2- Research Aptitude (UGC NET Paper I).pdf
Thiyagu K
 
aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa
aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa
aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa
siemaillard
 
The Art Pastor's Guide to Sabbath | Steve Thomason
The Art Pastor's Guide to Sabbath | Steve ThomasonThe Art Pastor's Guide to Sabbath | Steve Thomason
The Art Pastor's Guide to Sabbath | Steve Thomason
Steve Thomason
 
Fish and Chips - have they had their chips
Fish and Chips - have they had their chipsFish and Chips - have they had their chips
Fish and Chips - have they had their chips
GeoBlogs
 
Sha'Carri Richardson Presentation 202345
Sha'Carri Richardson Presentation 202345Sha'Carri Richardson Presentation 202345
Sha'Carri Richardson Presentation 202345
beazzy04
 
ESC Beyond Borders _From EU to You_ InfoPack general.pdf
ESC Beyond Borders _From EU to You_ InfoPack general.pdfESC Beyond Borders _From EU to You_ InfoPack general.pdf
ESC Beyond Borders _From EU to You_ InfoPack general.pdf
Fundacja Rozwoju Społeczeństwa Przedsiębiorczego
 
How to Split Bills in the Odoo 17 POS Module
How to Split Bills in the Odoo 17 POS ModuleHow to Split Bills in the Odoo 17 POS Module
How to Split Bills in the Odoo 17 POS Module
Celine George
 
MARUTI SUZUKI- A Successful Joint Venture in India.pptx
MARUTI SUZUKI- A Successful Joint Venture in India.pptxMARUTI SUZUKI- A Successful Joint Venture in India.pptx
MARUTI SUZUKI- A Successful Joint Venture in India.pptx
bennyroshan06
 
Basic phrases for greeting and assisting costumers
Basic phrases for greeting and assisting costumersBasic phrases for greeting and assisting costumers
Basic phrases for greeting and assisting costumers
PedroFerreira53928
 
Palestine last event orientationfvgnh .pptx
Palestine last event orientationfvgnh .pptxPalestine last event orientationfvgnh .pptx
Palestine last event orientationfvgnh .pptx
RaedMohamed3
 
special B.ed 2nd year old paper_20240531.pdf
special B.ed 2nd year old paper_20240531.pdfspecial B.ed 2nd year old paper_20240531.pdf
special B.ed 2nd year old paper_20240531.pdf
Special education needs
 
Sectors of the Indian Economy - Class 10 Study Notes pdf
Sectors of the Indian Economy - Class 10 Study Notes pdfSectors of the Indian Economy - Class 10 Study Notes pdf
Sectors of the Indian Economy - Class 10 Study Notes pdf
Vivekanand Anglo Vedic Academy
 
Supporting (UKRI) OA monographs at Salford.pptx
Supporting (UKRI) OA monographs at Salford.pptxSupporting (UKRI) OA monographs at Salford.pptx
Supporting (UKRI) OA monographs at Salford.pptx
Jisc
 
How to Create Map Views in the Odoo 17 ERP
How to Create Map Views in the Odoo 17 ERPHow to Create Map Views in the Odoo 17 ERP
How to Create Map Views in the Odoo 17 ERP
Celine George
 

Recently uploaded (20)

The geography of Taylor Swift - some ideas
The geography of Taylor Swift - some ideasThe geography of Taylor Swift - some ideas
The geography of Taylor Swift - some ideas
 
The approach at University of Liverpool.pptx
The approach at University of Liverpool.pptxThe approach at University of Liverpool.pptx
The approach at University of Liverpool.pptx
 
Polish students' mobility in the Czech Republic
Polish students' mobility in the Czech RepublicPolish students' mobility in the Czech Republic
Polish students' mobility in the Czech Republic
 
How to Break the cycle of negative Thoughts
How to Break the cycle of negative ThoughtsHow to Break the cycle of negative Thoughts
How to Break the cycle of negative Thoughts
 
Model Attribute Check Company Auto Property
Model Attribute  Check Company Auto PropertyModel Attribute  Check Company Auto Property
Model Attribute Check Company Auto Property
 
How to Make a Field invisible in Odoo 17
How to Make a Field invisible in Odoo 17How to Make a Field invisible in Odoo 17
How to Make a Field invisible in Odoo 17
 
Unit 2- Research Aptitude (UGC NET Paper I).pdf
Unit 2- Research Aptitude (UGC NET Paper I).pdfUnit 2- Research Aptitude (UGC NET Paper I).pdf
Unit 2- Research Aptitude (UGC NET Paper I).pdf
 
aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa
aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa
aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa
 
The Art Pastor's Guide to Sabbath | Steve Thomason
The Art Pastor's Guide to Sabbath | Steve ThomasonThe Art Pastor's Guide to Sabbath | Steve Thomason
The Art Pastor's Guide to Sabbath | Steve Thomason
 
Fish and Chips - have they had their chips
Fish and Chips - have they had their chipsFish and Chips - have they had their chips
Fish and Chips - have they had their chips
 
Sha'Carri Richardson Presentation 202345
Sha'Carri Richardson Presentation 202345Sha'Carri Richardson Presentation 202345
Sha'Carri Richardson Presentation 202345
 
ESC Beyond Borders _From EU to You_ InfoPack general.pdf
ESC Beyond Borders _From EU to You_ InfoPack general.pdfESC Beyond Borders _From EU to You_ InfoPack general.pdf
ESC Beyond Borders _From EU to You_ InfoPack general.pdf
 
How to Split Bills in the Odoo 17 POS Module
How to Split Bills in the Odoo 17 POS ModuleHow to Split Bills in the Odoo 17 POS Module
How to Split Bills in the Odoo 17 POS Module
 
MARUTI SUZUKI- A Successful Joint Venture in India.pptx
MARUTI SUZUKI- A Successful Joint Venture in India.pptxMARUTI SUZUKI- A Successful Joint Venture in India.pptx
MARUTI SUZUKI- A Successful Joint Venture in India.pptx
 
Basic phrases for greeting and assisting costumers
Basic phrases for greeting and assisting costumersBasic phrases for greeting and assisting costumers
Basic phrases for greeting and assisting costumers
 
Palestine last event orientationfvgnh .pptx
Palestine last event orientationfvgnh .pptxPalestine last event orientationfvgnh .pptx
Palestine last event orientationfvgnh .pptx
 
special B.ed 2nd year old paper_20240531.pdf
special B.ed 2nd year old paper_20240531.pdfspecial B.ed 2nd year old paper_20240531.pdf
special B.ed 2nd year old paper_20240531.pdf
 
Sectors of the Indian Economy - Class 10 Study Notes pdf
Sectors of the Indian Economy - Class 10 Study Notes pdfSectors of the Indian Economy - Class 10 Study Notes pdf
Sectors of the Indian Economy - Class 10 Study Notes pdf
 
Supporting (UKRI) OA monographs at Salford.pptx
Supporting (UKRI) OA monographs at Salford.pptxSupporting (UKRI) OA monographs at Salford.pptx
Supporting (UKRI) OA monographs at Salford.pptx
 
How to Create Map Views in the Odoo 17 ERP
How to Create Map Views in the Odoo 17 ERPHow to Create Map Views in the Odoo 17 ERP
How to Create Map Views in the Odoo 17 ERP
 

Class Name PTDipComIntake15CertLSCM7SRM9BE5 Module Qu.docx

  • 1. Class Name PTDipComIntake15/CertLSCM7/SRM9/BE5 Module Quantitative Analysis Quantitative Analysis Assignment Instructions 1. Complete all the THREE questions 2. Your assignment may be hand-written or typed on A4 papers (with or without lines) 3. Do not need to copy the questions. 4. Include the ‘Assignment Coversheet cum Lecturer’s Comment Form’ at the front of your assignment. 5. On the ‘Given Name’ section in the Coversheet, write done your FULL NAME as indicated in the class register 6. Submit your assignment to your tutor on the due date. No email submission is allowed. 7. This assignment does not require Turn-it-in submission and no submission through e-learn portal is available. 8. Please note the penalty for plagiarism and late submission
  • 2. stated in the Study Guide Assignment Questions Question 1 a) The following data represent the number of years patients survived after being diagnosed with terminal cancer: 0.4, 0.5, 0.6, 0.6, 0.6, 0.8, 0.8, 0.9, 0.9, 0.9, 1.2, 1.2, 1.3, 1.4, 2.1, 2.4, 2.5, 4.0, 4.5, 4.6 (i) Construct a stem-and-leaf display (6 marks) (ii) Supposedly you are inserting the above stem-and-leaf display in a report to be submitted to management, write a short comment on the diagram. (4 marks) b) The following data shows the weight (in kg) of 13 crabs
  • 3. found in a restaurant on a particular evening: 3.4 1.2 1.7 2.4 2.4 1.1 0.9 0.8 1.2 1.6 0.7 1.2 1.3 (i) Compute the mean and median. (3 marks) (ii) Determine the shape of the distribution based on the sample data. Explain your conclusion. (2 marks) Question 2 (a) It is noted that 8% of Kaplan students are left handed. If 20 (TWENTY) students are randomly selected, calculate the i. probability that none of them are left-handed, (2 marks) ii. probability that at most 2 are left-handed, (3 marks) iii. standard deviation for the number of left-handed students (2 marks) (b) If 50 (FIFTY) classes of 20 (TWENTY) students are randomly selected, what is the probability that 10 (TEN) classes have no left-handed students? (3 marks)
  • 4. Question 3 (a) Superior Construction Pte Ltd is a successful company dealing with many major projects in Singapore. Recently, it has submitted its biddings for two major Government projects. Project A worth about $120 million and the company believes it has 40% chance of securing the project. Project B worth $1.8 billion and there is 30% chance the company can win the project. Both projects are independent of each other. What is the probability that the company: i. will secure Project A or B but not both (3 marks) ii. will not secure Project A or will not secure Project B (3 marks) (b) Do you agree that “if two events are mutually exclusive then these two events will be independent”?
  • 5. Why? (5 marks) (c) Provide one business-related example each, with explanation, for mutually exclusive and independent events. (4 marks) -The End- SPECIAL ADMINISTRATIVE BOARD OF THE TRANSITIONAL SCHOOL DISTRICT OF THE CITY OF ST. LOUIS _____________________________________________________ __ RFP TITLE: PROFESSIONAL DEVELOPMENT SERVICES FOR INSTRUCTIONAL LEADERS RFP #: 058-1516 DATE OF ISSUANCE: June 1, 2016 FINAL QUESTIONS DUE: June 13, 2016
  • 6. BID DUE DATE: June 21, 2016 at 11:00am SUBMIT TO: Purchasing Office of the St. Louis Public Schools Second Floor – Cashier’s Window 801 North 11 th Street St. Louis, Missouri 63101 Number of copies required: (5) marked “Copies”, (1) marked “Original”, and (1) copy on Portable Thumb dive. It is recommended that each original and copy have tabs corresponding to the required sections listed in this RFP, as appropriate. Original and copies are to be submitted in 3-ring binders or binding of some fashion. i TABLE OF CONTENTS
  • 7. Professional Development Services for Instructional Leaders RFP #:058-1516 Page Nos. Section 1. INTRODUCTION AND ANNOUNCEMENT FOR SEALED PROPOSALS ...................... 2 Section 2. TENTATIVE RFP TIMELINE ............................................................................................... 2 Section 3. INSTRUCTIONS TO BIDDERS/GENERAL INFORMATION ........................................... 3 Section 4. QUESTIONS ............................................................................................... ............................ 6 Section 5. THE PROPOSAL ............................................................................................... ..................... 6 Section 6. EVALUATION CRITERIA, PROCESS AND CONTRACT AWARD ................................ 8 Section 7. MINORITY PARTICIPATION .............................................................................................. 9 Section 8. RESERVATIONS / STIPULATIONS .................................................................................. 11
  • 8. Section 9. FEDERAL WORK AUTHORIZATION PROGRAM (“E-VERIFY”) ................................ 14 ATTACHMENT A SCOPE OF SERVICES ................................................................................ 15 ATTACHMENT B COST / PRICING PROPOSAL .................................................................... 16 ATTACHMENT C E-VERIFY AGREEMENT AND AFFIDAVIT ........................................... 17 ATTACHMENT D BIDDER AFFIRMATION FORM ............................................................... 19 ATTACHMENT E BIDDER CHECKLIST ................................................................................. 20 ATTACHMENT F NON-SUBMITTAL RESPONSE FORM ..................................................... 22 ATTACHMENT G CONTRACT TEMPLATE 2 Section 1. INTRODUCTION AND ANNOUNCEMENT FOR SEALED PROPOSALS INTRODUCTION:
  • 9. The Special Administrative Board of the Transitional School District of the City of St. Louis (d/b/a St. Louis Public School System) (the “District”) wishes to contract with a firm to Provide Professional Development Services in support of strengthening the development of School Leaders and their Direct Supervisors. NOTICE TO BIDDERS: Copies of this RFP #058-1516 for the Professional Development for Instructional Leaders (this “RFP”) may be obtained from the District’s website at www.slps.org under “Site Shortcuts”, “Purchasing / RFPs”, or from the Purchasing Department, St. Louis Public Schools, 801 North 11 th Street, St. Louis, MO 63101. The District reserves the right to accept or reject any or all Proposals (as hereinafter defined) and to waive any irregularities. The District also reserves the right to negotiate with selected firms regarding pricing and fee structures and all other aspects of the Proposals. All
  • 10. information included in a Proposal may be incorporated, at the District’s sole option, into the contract Professional Development Services for Instructional Leaders to be entered into between the District and the successful Bidder (as hereinafter defined). Any contract awarded as a result of this RFP will be awarded without discrimination on the basis of race, color, religion, age, sex, sexual orientation or national origin. Section 2. TENTATIVE RFP TIMELINE Date of Issuance June 1, 2016 Final Questions Due June 13, 2016 Proposals Due in Purchasing Department June 21, 2016 at or before 10:00 am The District reserves the right to modify the above RFP Timeline as needed by posting the change as an addendum to this RFP on the District website.
  • 11. http://www.slps.org/ 3 Section 3. INSTRUCTIONS TO BIDDERS/GENERAL INFORMATION 3.1 Form of Submissions. Each person or entity submitting a response to this RFP (each “Bidder”) should prepare and submit their proposal in response to this RFP (“Proposal”) in a sealed envelope or box. The Proposal shall include (1) original, (5) copies and (1) electronic Proposal on Portable Thumb Drive. The upper left hand corner of the package (envelope or box) shall be plainly marked as RFP #058- 1516, Professional Development Services for Instructional Leaders, along with the firm name and the package shall be addressed to: Purchasing Office of the St. Louis Public Schools
  • 12. Second Floor – Cashier’s Window 801 North 11 th Street St. Louis, MO 63101 3.2 Manner of Submission – The sealed Proposal must be received at the address listed in Section 3.1 on or before June 21, 2016 at 10:00am. Each Proposal will be date and time stamped upon receipt at the Cashier’s Window. Proposals received after that date and time will not be considered and will remain unopened. Proposals must be filled out as requested including all required signatures and pertinent information. Failure to do so is reason for rejection of the Proposal. If Bidder is a corporate entity, the entity’s name must be correctly stated, and the Proposal must include the state of incorporation of such entity, and, if a foreign entity, proof of registration to transact business in the state of Missouri. A person with the authority to act on behalf of the
  • 13. entity (i.e. an authorized agent of the entity) must sign his or her name on the Proposal. 3.3 Format of Proposal - Each Proposal must include the information required in Section 5. Each required response listed in Section 5 shall be included as a required document with Attachment B. 3.4 Questions About this RFP - All questions regarding this RFP shall be made electronically via e-mail in writing and directed to at Terrance P. Bullock, PMP, [email protected] The subject of the e-mail shall be “QUESTION - RFP #058-1516”. Failure to provide the correct RFP number in the email will deem the question unanswerable and will not be considered as part of any addenda. Any questions submitted after the dates and times listed in Section 2 above shall not be considered or answered. Questions properly submitted in writing prior to the due date will be addressed. Answers to all properly submitted written questions
  • 14. will be posted on the District’s website at www.SLPS.org as addenda no later than three (3) business days prior to the Proposal Due Date. mailto:[email protected] http://www.slps.org/ 4 3.5 Addenda - The District may revise this RFP by issuing written addenda. Addenda will be posted to the District’s website at www.SLPS.org under “Site Shortcuts”, “Purchasing / RFPs”. Interested persons or entities are encouraged to check the District’s website frequently for addenda to this RFP. Bidders are responsible for viewing and understanding information in addenda to the same extent as the RFP. The District has no obligation or duty to communicate addenda to Bidders beyond the posting of addenda on its website.
  • 15. 3.6 Awards – All Proposal selections must be approved by the Special Administrative Board prior to an award being final. Awards will be made to the lowest responsible bidder complying with the terms of these specifications, except that the right is reserved by the District to make such selection, as in its judgment, is best suited for the purpose intended. Notwithstanding anything contained herein to the contrary, a contract shall not exist between the District and the selected Bidder until: A) such agreement has been duly authorized and approved by the Special Administrative Board; and B) the agreement has been documented in accordance with Missouri Revised Statutes Section 432.070. After approval by the Special Administrative Board, all awards will be posted on the District website. A contract awarded pursuant to this RFP may not be assigned to any other entity without the express written authorization of an authorized agent of the District.
  • 16. 3.7 Rejection of Proposals – The District reserves the right to accept or reject any Proposal or any part of any Proposal. 3.8 Submitted Proposals Considered Final – All Proposals shall be deemed final, conclusive and irrevocable, and no Proposal shall be subject to correction or amendment for any error or miscalculation. 3.9 Form of Contract – Each successful Bidder shall be required to enter a contract in the form prescribed by the District. Templates of certain form contracts may be examined at the Department of Purchasing, 801 North 11 th Street, St. Louis, MO 63101 or may be found on the District’s website at www.SLPS.org under “Site Shortcuts”, “Purchasing / RFPs”, “Contract Templates”. See Attachment G for the contract template to be used with the successful vendor. The District reserves the right to revise such templates or present a contract not contained within the template forms on the District’s website, in its
  • 17. sole and absolute discretion, to fit the unique situation presented by this RFP. 3.10 Preference for Missouri Products – The District prefers to purchase those materials, products and supplies, which are produced, manufactured, compounded, made or grown, within the State of Missouri. When they are found in marketable quantities in the State of Missouri, and are of a quality suited to the purpose intended, and can be secured without additional cost over out-of-state products. Quality and fitness of articles will be considered in making purchases or letting contracts. http://www.slps.org/ http://www.slps.org/ 5 3.11 Bond (Not Applicable) – A Bid Bond or Certified Check made payable to the school district, in the amount of 5% of the Base Bid shall accompany the
  • 18. following Bid Packages as a guarantee that the bidder, if awarded the Contract, will furnish a 100% Performance and Payment Bond; execute the Contract; and proceed with the work. Upon failure to do so, he shall forfeit the deposit or amount of the Bid Bond as liquidated damages, and no mistakes or errors on the part of the Bidder shall excuse the Bidder or entitle him to a return of the deposit or Bid Bond. The bonds must be written by a Corporate Surety Company that is acceptable to the District and that meets the following minimum standards: a. Licensed pursuant to the Missouri Insurance Code b. Listed on the United States Department of the Treasury’s Listing of Approved Sureties (Dept Circular 570) in the amount of $5,000,000. c. The Bid Bond shall be valid for one hundred twenty (120) days following the deadline for submission of proposals. d. The Bid Bond must be accompanied by an original signed and
  • 19. notarized Power-of-Attorney bearing the seal of the issuing surety company and reflecting that the signatory to the bond is a designated Attorney-in-Fact. e. All bonds must be written by an insurance company that is rated in the A.M. Best key Rating Guide – Property & Casualty with a policy holder’s rating of “A-“ or better and a Financial size category of Class VII or larger. 3.12 Prevailing Wage (if applicable) - Bidder and their subcontractors shall be required to submit weekly payroll sheets with their monthly invoices, compliance to the Prevailing Wage Standard, as well as an Affidavit of Compliance with Prevailing Wage Law at the conclusion of the project, prior to final payment 3.13 Taxes – Bidders shall NOT INCLUDE FEDERAL EXCISE TAX, TRANSPORTATION TAX, and/or STATE RETAIL TAX in the Proposal, as these taxes do not apply to the District.
  • 20. 3.14 War Clause – In the event that during the existence of a state of war, the United States Government takes over the plant of any manufacturer with whom the contractor has thereto fore contracted to furnish the articles required under his contract with the District, or any essential element thereof, and because of such action of the government, the contractor may furnish and deliver the articles required under the contract. 3.15 Purchasing Card (“P Card”) – The St. Louis Public School District is now processing vendor payments through a Purchasing Card (“P Card”) Program with MasterCard. The “P Card” Program is a more simplified, efficient and cost effective method of remitting payments for approved expenditures. This payment program provides a faster payment to the vendor without the cost of check processing. For purchases of goods and materials, the “P Card” is the SLPS preferred method of payment and the District
  • 21. reserves the right to make usage of the “P Card” a requirement. Acceptance of the “P 6 Card” is one of the evaluation criteria that may be used in the review of vendor responses to this RFP (See Section 6.2). 3.16 Compensation – Bidders are cautioned that items and/or services must be furnished at the price submitted. No increase in price will be permitted during the term of the contract. 3.17 Grievances - Any complaints or grievances concerning or arising out of this RFP shall be submitted in writing to Purchasing Office of the St. Louis Public Schools, 801 North 11 th Street, St. Louis, MO, 63101, with a copy to Office of the General Counsel, c/o the Superintendent of Schools, 801 North 11
  • 22. th Street, St. Louis, MO 63101. Section 4. QUESTIONS 4.1 Interested persons or entities may submit questions in writing pursuant to the process set forth in Section 3.4 above. Answers to the questions will be posted on the website as an addendum to the RFP pursuant to Section 3.4. 4.2 No communication shall be made with any District employee, other than Terrance Bullock, PMP, regarding this RFP. Violation of this provision may result in the rejection of Proposal. Section 5. THE PROPOSAL 5.1 The Scope of Services for this RFP is set forth in Attachment A. 5.2 Part I – Qualifications/Certifications/Resume and Operations Plan
  • 23. The following information must be provided in Part I of the Proposal. The documents should be clearly marked: “Part I – Qualifications” 5.2.1 Bidders should provide detailed information addressing each of the following areas: 5.2.1.1 Licensing and certification in the field of the requested services; 5.2.1.2 Any citation or discipline action taken against the respondent by a licensing board or association related to the field of the requested services which is pending or has been resolved within the past 12 months; 7 5.2.1.3 Information regarding law suits relevant to the requested services that are pending or have been resolved within the past 12 months. 5.2.1.4 Failure to be forthright in disclosure shall be grounds for disqualification of a
  • 24. vendor. This section shall not be interpreted to require the disclosure of information shielded from disclosure by State or Federal Statutes and/or court order. 5.2.2 Please respond briefly, but completely, to the following: 5.2.2.1 Person/Entity Name 5.2.2.2 Address 5.2.2.3 Name and Title of Authorized Representative 5.2.2.4 Telephone Number 5.2.2.5 Fax Number 5.2.2.6 Email Address 5.2.2.7 Include the above information for each person/entity that is part of the project team for this Proposal 5.2.3 Bid Response Elements 5.2.3.1 Entity Qualifications 5.2.3.2 References (other school districts where possible)
  • 25. 5.2.3.3 Brief description of entity’s experience with providing the requested services 5.2.3.4 Copies of Licenses and Certifications (including, but not limited to, license to conduct business in the City of St. Louis, Missouri) 5.2.3.5 Provide a brief summary of the primary role(s) and resumes describing the background and qualifications of each member of the project team for this Proposal. 5.3 Part II – Cost/Pricing Proposal The following information must be provided in Part II of the Proposal. The Proposal should be clearly marked: “Part II – Cost/Pricing Proposal” 5.3.1 Attachment B – Cost/Pricing Proposal must be used as the first page for this Part II. 5.3.2 Outline specifically the cost/pricing proposal for the fees and reimbursable expenses proposed. This proposal should include the method of pricing as well as the
  • 26. proposed fees/costs. 5.3.3 The Cost/Pricing proposal should be specific, and the detail of the cost/pricing should give the District a clear picture of overall costs as well as pricing criteria. 5.4 Part III –Required Documents 8 The following information must be provided in Part III of the Proposal. The Proposal should be clearly marked: “Part III – Required Documents” 5.4.1 Attachment C - Federal Work Authorization Program Addendum and Affidavit 5.4.2 Attachment D - Bidder Affirmation Form 5.4.3 Attachment E - Bidder Checklist 5.4.4 Attachment G – Contract Template - Each bidder is required to include, as part of the documents submitted with its Proposal, the actual contract the bidder is
  • 27. proposing to enter into with SLPS that sets forth, in detail, the scope, terms, conditions, specifications, pricing and performance standards and guarantees contained in the bidder’s Proposal. Attached to this RFP is the SLPS contract form (See Attachment G) that must be used by each bidder. Each bidder must mark-up the SLPS contract form to include the scope, terms, conditions, specifications, pricing and performance standards and guarantees contained in its proposal. The bidder must submit in Microsoft Word documents, both clean and marked copies of its proposed revised SLPS contract form. The marked copy must show all changes the bidder proposes to make to the SLPS contract form. All information included in a Proposal may be incorporated, at the SLPS’s sole option, into the contract to be entered into between SLPS and the successful bidder.
  • 28. Section 6. EVALUATION CRITERIA, PROCESS AND CONTRACT AWARD 6.1 Evaluation Criteria - The following criteria will be used with the weighted values below to evaluate each Proposal received. The District reserves the right to request clarification to the Proposal in order to evaluate all proposals. Evaluation Criteria Points Narrative of Services 25 Documented Results for Comparable Work 30 Cost 20 Clear, Realistic, and Detailed Timeline 15 MWBE Certified / or partnering with MWBE Partner 10 Total Points Possible 100 6.2 Bid Opening – All Proposals received on or before the Proposal Due Date and Time shall be assembled and opened publicly promptly at that time in the District Offices
  • 29. located at 801 North 11 th Street, St. Louis, MO 63101 in a conference room to be designated. All interested parties are welcome to attend. 9 6.3 Evaluation – The District will assemble a review committee to assist in evaluating all Proposals (the “Evaluation Team”). From this evaluation, the District may select a Bidder solely on the basis of submittals, or may additionally identify a short list of Bidders for possible interviews. The District may contact any or all respondents to clarify submitted information. The Evaluation Team will consist of the following individuals: Title Deputy Superintendent for Academics
  • 30. Director for Professional Development Associate Superintendent Network Superintendent 6.4 Contracting – Upon selection of a Bidder, the District will negotiate a scope of services and other terms and conditions of an agreement with the selected Bidder. If such negotiations are not successful, the District reserves the right to begin negotiations with other respondents. Section 7. MINORITY PARTICIPATION 7.1 It is the policy of the District to pursue the goal of at least 25% Minority Business Enterprise (MBE) and 5% Women’s Business Enterprise (WBE) utilization in the provision of goods and services to the District while at the same time maintaining the quality of goods and services provided to the District through the competitive bidding
  • 31. process. It is the purpose of this policy to allow minority and women’s business enterprises to expand their opportunities and capacities by participating in all District operated programs. The District has developed a plan for participation in projects by minority business. This plan includes the following elements: 7.1.1 Outreach – A commitment to make every effort to inform contractors of pending contract opportunities through advertisements, workshops, brochures, and availability of plans. 7.1.2 Good Faith Effort – A commitment to verify contractor solicitations to ensure that sufficient time and information are available to make a responsible reply. 7.1.3 Identification and Recruitment – A commitment to coordinate efforts with the City of St. Louis, Contract Office, in the development of potential minority contractor interest.
  • 32. 10 7.1.4 Monitoring and Reporting – A commitment to measure and report anticipated and actual MBE/WBE participation. 7.2 Discrimination In Employment By the Special Administrative Board 7.2.1 During the performance of the contract, the SELECTED BIDDER agrees as follows: 7.2.1.1 The SELECTED BIDDER will not discriminate against any employees or applicants because of race, age, handicap, religion, gender, sexual orientation, national origin or ethnicity. The SELECTED BIDDER will take affirmative action to ensure that all qualified applicants will receive consideration for employment without regard to race age, handicap, religion, gender, sexual
  • 33. orientation, national origin or ethnicity. 7.2.1.2 The SELECTED BIDDER will, in all solicitations or advertisements for employees placed by or on behalf of the SELECTED BIDDER; state that all qualified applications will receive consideration for employment without regard to race age, handicap, religion, gender, sexual orientation, national origin or ethnicity. 7.2.1.3 The SELECTED BIDDER will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice advising that labor unions or workers representative of the Bidder’s commitment under contracts with the District. 7.2.1.4 The SELECTED BIDDER will maintain and, upon request make available to the District all records and data necessary or useful to the review and monitoring of
  • 34. compliance with the non-discrimination clauses of this contract. In the event the SELECTED BIDDER fails or refuses to make such records available, this contract may be cancelled, terminated, or suspended in whole or in part by the District, and the SELECTED BIDDER may be declared ineligible for further District contracts or subject to such other sanctions as the District deems appropriate. 7.2.1.5 The SELECTED BIDDER’s non-compliance with the non-discrimination clauses of this contract, the contract may be cancelled, terminated, or suspended in whole or in part by the District, and the SELECTED BIDDER may be declared ineligible for further District contracts or subject to such other sanctions as the District deems appropriate. 7.3 Minority and Women Owned Business Enterprise Policies
  • 35. 11 7.3.1 It is the policy of the District that minority and women- owned businesses shall have the maximum opportunity to participate in the performance of contracts utilizing District funds. MBE/WBE firms included in the respondent’s submittal, either as prime consultants or subcontractors, must be certified by one or more of the following agencies on or before the date of the submission of qualifications: Missouri Division of Purchasing and Material Management Online: For MBE’s: http://www.oa.mo.gov/ For WBE’s: http://www.oa.mo.gov/ Phone: (573) 715-8130 City of St. Louis: Disadvantaged Business Enterprise Program Online: http://www.mwdbe.org/ Phone: (314) 551-5000
  • 36. St. Louis Minority Business Council Online: http://www.slmbc.org/ Phone: (314) 241-1143 Section 8. RESERVATIONS / STIPULATIONS 8.1 The District reserves the right, at its sole discretion, to A) reject any or all submittals when, in its opinion, it is determined to be in the public interest to do so; B) waive minor informalities of a submittal; C) cancel, revise, or extend this solicitation; D) request additional information deemed necessary; and E) extract, combine, and delete elements of individual proposals and to negotiate jointly or separately with individual respondents with respect to any or all elements of the proposal. 8.2 This RFP does not obligate the District to pay any costs incurred by any respondent in the submission of a proposal or in making necessary studies or design for the preparation
  • 37. thereof, or for procuring or contracting for the services to be furnished under this RFP prior to the issuance of a valid contract under Missouri law. Such exemption from liability applies whether such costs are incurred directly by the Bidder or indirectly through the Bidder’s agent, employees, assigns or others, whether related or not to the Bidder. 8.3 The District will give preference to firms based in the bi- state St. Louis metropolitan area when other considerations are equal. 8.4 Careful consideration should be given before confidential information is submitted to the District as part of this RFP Proposal. Review should include whether it is critical for http://www.oa.mo.gov/ http://www.oa.mo.gov/ http://www.mwdbe.org/ http://www.slmbc.org/ 12
  • 38. evaluating a bid, and whether general, non-confidential information, may be adequate for review purposes. Any and all documents submitted by the respondent may become public if and when they are submitted to any advisory or legislative public body, or pursuant to the Missouri Sunshine Law. The Missouri Sunshine Law provides for public access to information the District possesses. Information submitted to the District that Bidders wish to have treated as proprietary and confidential trade secret information should be identified and labeled “Confidential” or “Proprietary” on each page at the time of disclosure. This information should include a written request to except it from disclosure, including a written statement of the reasons why the information should not be disclosed. 8.5 Bidders acknowledge and agree, by submitting a Proposal, that:
  • 39. 8.5.1 Once a Bidder is selected for the engagement, all electronic, written and printed materials developed by such Bidder as a result of this engagement shall become the property of the District, and the District shall be entitled to use any and all such materials in any way desired by the District, in its sole and unfettered discretion. 8.5.2 The qualifications of each member of the respondent team are important criteria in the selection process. The selected Bidder will not be allowed to substitute any member of the team listed in the Proposal without prior written approval by the District. The District, in its sole and absolute discretion, reserves the right to accept or reject proposed changes to the team and personnel associated with the team and/or to negotiate the composition of the team. 8.5.3 Adherence to the schedule for the work is of critical importance to the District as time is of the essence, and agrees to dedicate the personnel listed in the Proposal to
  • 40. completing the work in accordance with the schedule outlined in this RFP. Bidders further acknowledge that the contract for the engagement may include significant liquidated damages for failure to perform in accordance with such schedule. 8.5.4 To having read this RFP in its entirety and agreeing to all terms and conditions set out in this RFP. Bidders also accept the responsibility to review and understand all applicable policies of the District, which may be found on the District’s website www.slps.org under “Shortcuts”, “Board Policies”. 8.5.5 The District, and any consultants retained by the District, have the right to make any additional inquiry or investigation they deem appropriate to substantiate or supplement information contained in respondent’s submission, and authorizes the release to the District and/or the District consultants of any and all information sought in such inquiry or investigation.
  • 41. 8.5.6 Under penalty of perjury, that to the best of his/her belief: A) the prices in the Proposal were arrived at independently and without collusion, consultation, http://www.slps.org/ 13 communication, or agreement for the purpose of restricting competition as to any matter or agreement for the purpose of restriction competition as to any matter relating to such prices with any other Bidder, or any other competitor; B) unless otherwise required by law, the prices in this Proposal have not been knowingly disclosed by the Bidder, and will not be knowingly disclosed by the Bidder, prior to opening, directly or indirectly, to any other Bidder or competitor; and C) no attempt has been made or will be made by the Bidder to induce any other person, partnership,
  • 42. corporation, or entity to submit or not to submit a proposal in response to this RFP for the purpose of restriction competition. 8.5.7 It is not delinquent in any real estate, personal property, or earning taxes assessed against it or which it is obligated to pay to St. Louis, Missouri. 8.5.8 No fictitious name of any entity or person has been used in this Proposal, and no unidentified third-party will have an interest in any resulting contract or in the performance of any work under this Proposal. 8.5.9 It does not do business as or operate under any fictitious name. 8.5.10 It has only presented one Proposal in response to this RFP. 8.5.11 The Proposal is made in good faith. 8.5.12 It, its affiliates, subsidiaries, officers, directors, employees, and all team members listed in the Proposal have not been convicted of a felony within
  • 43. the last five (5) years, which felony is related in any way to providing the services and/or items referenced in this RFP, or to the competency of the service provider to perform under any resulting contract. 8.5.13 It, its affiliates and subsidiaries, all their respective officers, directors, employees, and all team members listed in the Proposal are not currently under investigation by any governmental agency and have not in the past four (4) years been convicted or found liable for any act prohibited by state or federal law in any jurisdiction, including conspiracy or collusion with respect to responding to any public contract. 8.5.14 It, its affiliates and subsidiaries, all their respective officers, directors, employees, and all team members listed in the Proposal have not been excluded from any procurement or non-procurement programs with the government as identified by the
  • 44. U.S. General Service Administration Office of Acquisition Policy. 8.6 Any misrepresentations or false statements contained in a response to this RFP or to any request for additional information related to this RFP, whether intentional or unintentional, shall be sufficient grounds for the District to remove respondents from competition for selection at any time. 14 8.7 Bidders shall ensure that no improper, unethical, or illegal relationships or conflicts of interest exist between the Bidder, any employee, officer, director, or principal of the Bidder or District and any other party. The District reserves the right to determine the materiality of such relationships, when discovered or disclosed, whether intended or not. The District also reserves the right to decide in its sole and absolute discretion whether
  • 45. disqualification of the Bidder and/or cancellation of the award shall result. Such disqualification or cancellation shall be without fault or liability to the District. In the event that the District disqualifies a Bidder based on such an improper communication or relationship, and that Bidder’s Proposal would have otherwise been considered the lowest responsible bid complying with the terms of these specifications, the District reserves the right to select as the winning Proposal the next most qualified responsible bidder complying with the terms of these specifications. 8.8 Bidders agree that they will comply with all applicable federal, state, and local laws, regulations, ordinances, and other requirements that apply to the scope of work in this RFP, including, but not limited to, all reporting and registration requirements. Bidders further agree that this RFP and any contract awarded pursuant to it will be governed under the laws of the State of Missouri.
  • 46. Section 9. FEDERAL WORK AUTHORIZATION PROGRAM (“E-VERIFY”) Pursuant to Missouri Revised Statute 285.530, all Bidders awarded any contract in excess of five thousand dollars ($5,000) with a Missouri public school district must, as a condition to the award of any such contract, be enrolled and participate in a federal work authorization program with respect to the employees working in connection with the contracted services being provided, or to be provided, to the District (to the extent allowed by E-Verify). In addition, the Bidder must affirm the same through sworn affidavit and provisions of documentation, and sign an affidavit that it does not knowingly employ any person who is an unauthorized alien in connection with the services being provided, or to be provided, to the District. Such agreement and affidavit is included as Attachment C to this RFP. 15 ATTACHMENT A
  • 47. SCOPE OF SERVICES RFP #058-1516 Professional Development Services for Instructional Leaders The District wishes to contract with a firm to Provide Professional Development Services in support of strengthening the development of School Leaders and their Direct Supervisors. The length of the contract will be for one year with an option to renew for one year. The Scope of Services is: 1. Professional Development and ongoing learning experiences for principals and supervisors/coaches of principals through hands-on learning experiences throughout the school year 2. This professional development and ongoing learning experiences should support the development of the instructional eye, school culture, and the ability to provide staff and teachers targeted feedback on instructional practices 3. Principal supervisors should be able to dive deep into what it means to create an excellent school
  • 48. through the development of their school leaders after leaving this one-year professional development learning experience. 4. This professional development opportunity should be scoped and sequenced so that principals and principal managers receive ongoing support and development throughout the year. 16 ATTACHMENT B RFP #058-1516 PROFESSIONAL DEVELOPMENT SERVICES FOR INSTRUCTIONAL LEADERS COST / PRICING PROPOSAL 1. The following describes our cost/pricing proposal to provide services specified in Attachment A –
  • 49. Scope of Services of the RFP #058-1516, Professional Development Services for Instructional Leaders, dated June 1, 2016. Elements of Cost / Pricing Cost ____________________________________ $___________ ____________________________________ $___________ ____________________________________ $___________ ____________________________________ $___________ Total $___________ 2. Brief Explanation of the Services to be provided under the above cost/pricing proposal. _____________________________________________________ _____________________ _____________________________________________________ _____________________ _____________________________________________________ _____________________ _____________________________________________________ _____________________ _____________________________________________________
  • 50. _____________________ 3. Optional Proposal Elements of Cost / Pricing Cost ____________________________________ $___________ ____________________________________ $___________ ____________________________________ $___________ Total $___________ 4. Please attach the detail addressing Sections 5.3.2 and 5.3.3 as Attachment B, Exhibit 1. _____________________________________________ __________________ Signature of Authorized Official Date _____________________________________________________ ____________ Company Name
  • 51. 17 ATTACHMENT C AGREEMENT [ Name of Vendor]: a) Agrees to have an authorized person execute the “Federal Work Authorization Program Affidavit” attached hereto and deliver the same to The Special Administrative Board of the Transitional School District of the City of St. Louis (d/b/a St. Louis Public School System) (“District”) prior to or contemporaneously with the execution of a contract with the District; b) Affirms it is enrolled in the “E-Verify” (formerly known as “Basic Pilot”) work authorization program of the United States, and are participating in E-Verify with respect to your employees working in connection with the services being provided (to the extent allowed by E-Verify), or to be provided, by your company to the District; c) Affirms that it is not knowingly employing any person who is an unauthorized alien in connection with the services being provided, or to be provided, by your company
  • 52. to the District; d) Affirms you will notify the District if you cease participation in E-Verify, or if there is any action, claim or complaint made against you alleging any violation of Missouri Revised Statute 285.530, or any regulations issued thereto; e) Agrees to provide documentation of your participation in E- Verify to the District prior to or contemporaneously with the execution of its contract with the District (or at any time thereafter upon request by the District), by providing to the District an E-Verify screen print- out (or equivalent documentation) confirming your participation in E-Verify; f) Agrees to comply with any state or federal regulations or rules that may be issued subsequent to this addendum that relate to Missouri Revised Statute 285.530; and g) Agrees that any failure by your company to abide by the requirements a) through f) above will be considered a material breach of your contract with the District. By:__________________________________________________ __
  • 53. (Signature) Printed Name and Title: ___________________________________ For and on behalf of: _____________________________________ (Company Name) 18 FEDERAL WORK AUTHORIZATION PROGRAM AFFIDAVIT I, ________________________, being of legal age and having been duly sworn upon my oath, state the following facts are true: 1. I am more than twenty-one years of age; and have first-hand knowledge of the matters set forth herein. 2. I am employed by ______________________________ (hereinafter “Company”) and have authority to issue this affidavit on its behalf. 3. Company is enrolled in and participating in the United States E-Verify (formerly known as “Basic Pilot”) federal work authorization program with respect to Company’s
  • 54. employees working in connection with the services Company is providing to, or will provide to, the District, to the extent allowed by E-Verify. 4. Company does not knowingly employ any person who is an unauthorized alien in connection with the services Company is providing to, or will provide to, the District. FURTHER AFFIANT SAYETH NOT. By:________________________________ (individual signature) For ________________________________ (company name) Title:_______________________________ STATE OF MISSOURI ) ) ss. COUNTY OF ____________ ) On this ___ day of _________, 20__, before me, _______________, a Notary Public in and for such County and State, personally appeared ____________________ of ___________________________________________, known to me to be the person who executed the affidavit on behalf of said ________________________ and acknowledged to me
  • 55. that he or she executed the same for the purposes therein stated. Subscribed and affirmed before me this _____ day of _____________, 20___. _______________________________ Notary Public My commission expires on: _________________________ 19 ATTACHMENT D BIDDER AFFIRMATION FORM RFP TITLE: Professional Development Services for Instructional Leaders RFP #: 058-1516 NAME OF BIDDER:____________________________________ After careful consideration of the solicitation document in its entirety, Request for Proposal for RFP #058-1516, Professional Development Services for Instructional Leaders,
  • 56. and any addendum(s) issued, the undersigned proposes to satisfy all requirements in accordance with said documents. The Bidder’s Checklist in Attachment E of the RFP has been complied with, is completed, and is enclosed with this Proposal. For consideration of this proposal, the undersigned hereby affirms that (1) he/she is a duly authorized official of the company, (2) that the offer is being submitted on behalf of the bidder in accordance with any terms and conditions set forth in this document and (3) that the company will accept any awards made to it as a result of the offer submitted herein for a minimum of one year following the date of submission. A current Certificate of Insurance is required as part of your Proposal. The District shall provide the Bidder with a contract agreement, which will set forth the terms of this agreement. The contract shall be interpreted, construed and given effect in all respects according to the laws of the State of Missouri. Nondiscrimination in Employment: We the supplier of goods, materials, equipment or services covered by this
  • 57. proposal or contract have not discriminated in the employment, in any way, against any person or persons, or refused to continue the employment of any person or persons on account of their race, creed, color, or national origin. Respectfully submitted, Authorized Official: Title ___________________________ Print Name Signature Date Address (___)___________________ (___)___________________ ____________________________ Business Telephone Number Facsimile E-Mail Address The full names and addresses of persons and organizations interested in the foregoing Request For Proposal as principals of the company are as follows: _____________________________________________________ _____________________________________________ ______________________________________ 20
  • 58. ATTACHMENT E BIDDER CHECKLIST RFP TITLE: Professional Development Services for Instructional Leaders RFP #: 058-1516 ( ) Submitted all information as requested. ( ) Received _______ number of addendum(s). ( ) Submitted one (1) original, (5) copies and one (1) electronic Proposal on CD. ( ) Signed Federal Work Authorization Program Agreement. ( ) Signed and notarized Federal Work Authorization Program agreement and affidavit ( ) Signed Bidder Affirmation Form (by an authorized official of the company where appropriate). ( ) Signed and dated Cost / Pricing Proposal.
  • 59. ( ) Clean and Marked Copies of the SLPS Contract Form ( ) No conditions or restrictions have been placed by the company on this Proposal that would declare it non- responsive. ( ) Current Certificate of Insurance. ( ) Submitted a copy all certificates and license including, but not limited to, the license (to conduct business in the City of St. Louis, Missouri). ( ) Submitted state tax identification number. ________________________ _____________________________________________ __________________ Signature of Authorized Official Date _____________________________________________________ ____________ Company Name
  • 60. 21 ATTACHMENT F NON-SUBMITTAL RESPONSE FORM RFP TITLE: Professional Development Services for Instructional Leaders RFP #: 058-1516 NOTE TO BIDDER: If your company’s response is a “non-submittal”, the District is very interested in the reason for such response since the District desires to ensure that the procurement process is fair, non-restrictive and attracts maximum participation from interested companies. We, therefore, appreciate your response to this non-submittal response form. Please indicate your reason for responding with a “non- submittal”: ( ) Unable to meet the requirements for this project.
  • 61. ( ) Unable to meet the time frame established for start and/or completion of the project. ( ) Received too late to reply. Received on ________________________ . ( ) Please remove our company’s name from receiving similar type solicitations. ( ) Other: _____________________________________________________ _________ _____________________________________________________ _________ Your response will be given careful consideration, and included in the contract file. Your input will assist the District in determining changes necessary to increase participation and competition. _____________________________________________________ ___________________ Authorized Signature Title Date
  • 62. _____________________________________________________ ___________________ Name of Company / Consultant _____________________________________________________ ___________________ Company Address (___)___________________________ (___)__________________________ Business Telephone Number Facsimile ________________________________ E-Mail Address REQUEST FOR PROPOSAL: RFP# 730-16XXX (RFP NAME) Deliver Bid Response to:University of Houston Energy Research Park Purchasing Department, Attn: Hasan Jamil
  • 63. 5000 Gulf Freeway, Building 1, Room 205 Houston, TX 77204-5015Posting Date: Wednesday, June 19, 2016Proposal Due Date: March 17, 2016 @ 11:00 AM CDTDO NOT FORGET TO INCLUDE ELECTRONIC VERSION OF BID SUBMISSION Table of Contents INTRODUCTION 3 AWARD PROCESS 5 GENERAL INFORMATION AND REQUIREMENTS 6 SPECIFIC REQUIREMENTS OF REQUEST FOR PROPOSAL 8 GENERAL TERMS AND CONDITIONS 9 DESCRIPTION OF SERVICES – GENERAL REQUIREMENTS – SCOPE OF WORK 14 INSURANCE REQUIREMENTS 16 GENERAL INFORMATION QUESTIONNAIRE 17 EVALUATION CRITERIA PROCESS 18 EXHIBITS 19SECTION I
  • 64. INTRODUCTION 1.1 GENERAL: The University of Houston System (University) comprises the largest Texas state institution system of higher education located in an urban, metropolitan environment. The University offers undergraduate and graduate degree programs in a variety of disciplines; courses are conducted throughout most of the calendar year. The student population of the main campus in Houston, TX is comprised of approximately 37,900 students who commute to the campus and 2,100 students who reside on campus. The main campus employs approximately 6,700 individuals who serve in faculty or staff positions. The component campuses, in surrounding areas, consist of the following statistics: The Clear Lake campus, located in the far southeast Houston-area, has a student population of approximately 7700 students, 700 full-time and 450 part-time employees; The Downtown campus, located in downtown Houston, has a student population of approximately 11,000 students, 573 full-time and 238 part-time employees. The UH campus at Victoria (near-southeast Texas) has a student population of approximately 2411 students, 239 full-time and 50 part-time employees. The two multi-institutional teaching centers, one UHS @Sugar Land with a population of 1800 students and 35 staff positions and one @ Cinco Ranch with a population of 1,000 students and 16 staff positions.The University invites you to submit a proposal to (provide a brief description of services or merchandise to be procured with this bid package) You may provide a few examples below *_______________________________ *_______________________________
  • 65. Respondents are encouraged to propose contractual arrangements offering the maximum benefit to the University in terms of (1) services to the University, (2) total overall cost to the University, and (3) project management expertise. Proposers should describe all educational, state, and local government discounts, as well as any other applicable discounts that may be available to the University in a contract for Services. RESPONDENTS ARE CAUTIONED TO READ THE INFORMATION CONTAINED IN THIS RFP CAREFULLY AND TO SUBMIT A COMPLETE RESPONSE TO ALL REQUIREMENTS AND QUESTIONS AS DIRECTED.1.2 SUBMITTAL DEADLINE: University will accept proposals until March 17, 2016 @ 11:00 AM CDT. DO NOT USE U. S. Postal Service in submitting your bid.Submit one (1) clearly marked original and One (1) Electronic copy in a memory drive (USB) of the proposal including any supplemental printed material referenced with the, “RFP 730-XXXXX RFP Name” must be submitted and received in the University’s Purchasing Office on or before the time and date specified and delivered to: UH – Purchasing Department, Attn: Hasan Jamil 5000 Gulf Freeway, Bldg. 1, Room 205 Houston, Texas 77204-5015NOTE: ALL ELECTRONIC DOCUMENTS MUST BE SUBMITTED IN PDF FORMAT & ATTACHED TO BID RESPONSE. The materials submitted must be enclosed in a sealed envelope (box or container); the package must show clearly the submittal deadline; and name
  • 66. and the return address of the Respondent must be clearly visible. 1.3 PRE-PROPOSAL MEETING: Do you believe a pre-proposal/walkthrough meeting will be required for this project? If so, complete the highlighted information below.There will be a pre-proposal meeting on Xxxxx @ 11:00 AM CDT at the following location: University of Houston Energy Research Park 5000 Gulf Freeway, Bldg. 1, Room 214 Houston, Texas 77204-5015Respondents are not required to attend. Required proposal documents will be reviewed and there will be an opportunity to ask questions. Parking is available in the visitor parking lot next to Building 3.1.4 UNIVERSITY CONTACTS: Any questions or concerns regarding this RFP shall be directed to: Hasan Jamil, Buyer, [email protected]University specifically requests that Respondents restrict all contact and questions regarding this RFP to the above named individual. 1.5 INQUIRIES AND INTERPRETATIONS: Inquiries must be submitted in writing and received no later than close of business March 3, 2016 @ 5:00 PM CDT. UH – Purchasing Department Hasan Jamil [email protected]Responses to inquiries, which directly affect an interpretation or change to this RFP will be issued in writing
  • 67. by addendum (amendment) and posted to the Electronic State Business Daily http://esbd.cpa.state.tx.us/ or facsimiled to proposer’s requesting such. All such addenda issued by the University prior to the time that proposals are received shall be considered part of the RFP, and the Respondent shall be required to consider and acknowledge receipt of such in his proposal. Only those inquiries the University replies to which are made by formal written addenda shall be binding. Oral and other interpretations or clarification will be without legal effect. The Respondent must acknowledge all addenda by either signing or returning such document(s) or by letter. Such acknowledgment must be received prior to the hour and date specified for receipt of proposals, or shall accompany the proposal. 1.6 PUBLIC INFORMATION: All information, documentation, and other materials submitted in response to this solicitation are subject to public disclosure under the Texas Public Information Act (Texas Government Code, Chapter 552.001, et seq.) after the solicitation is completed and upon successful contract award. If a proposal includes proprietary data, trade secrets or information the respondent wishes to except from public disclosure, then respondent must specifically label such data, secrets or information as follows: “PRIVILEGED AND CONFIDENTIAL – PROPRIETARY INFORMATION.” To the extent permitted by law, information labeled as such will be used by University only for purposes related to or arising out of: (1) evaluation of proposals; (2) selection of a Respondent pursuant to the RFP process; and, (3) negotiation and execution of a contract with the selected Respondent1.7 TERM OF CONTRACT: Any contract resulting from this RFP will become effective
  • 68. upon the later of the effective date indicated in the contract or the date that all parties have signed the contract. The expected term of the contract will be three (3) years with the option to renew two (2) additional one year terms, for a maximum of five (5) years. The University reserves the right to negotiate modification of contract terms and schedules as necessary. 1.8 CANCELLATION: The University has the right to cancel for default all or part of the undelivered portions of this Contract if the Contractor breaches any of the terms including warranties of Contractor or if the Contractor becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in lieu of any other remedies which the University may have in law or equity. 1.9 TERMINATION:The performance of work under this Contact may be terminated by the University in accordance with this provision. Termination of work shall be effected by the delivery to the Contractor of a “Notice of Termination” specifying the extent to which performance of work under the order is terminated and the date upon which such termination becomes effective. Under no circumstances will the Contractor be entitled to payment for anticipated profits, unabsorbed overhead, or interest on borrowing by reason of such termination. The University may terminate the Contract, without penalty, without cause by giving thirty (30) days’ written notice of such termination to the Contractor. SECTION II AWARD PROCESS 2.1 BASIS OF AWARD:A contract may be issued based on the proposal(s) considered the most advantageous to the University.
  • 69. Factors to be considered in determining an award are described in Section IX below, Evaluation Criteria Process. University reserves the right to make a split award, multiple awards, or no award at all. 2.2 CONTRACT AWARD PROCESS: An award for the services specified herein will be made following a procedure using competitive sealed proposals. A. Proposals will be opened publicly to identify the names of the Respondents, but will be afforded security sufficient to preclude disclosure of the contents of the proposal, including prices or other information, prior to award. After opening, an award may be made on the basis of the proposals initially submitted, without discussion, clarification or modification, or on the basis of negotiation with any of the Respondents or, at the University’s sole option and discretion, the University may discuss or negotiate all elements of the proposal with selected Respondents who represent a competitive range of proposals. For purposes of negotiation, a competitive range of acceptable or potentially acceptable proposals may be established comprising the highest rated proposal(s). B. After the submission of a proposal but before making an award, the University may permit the Respondent to revise the proposal in order to obtain the best final offer. The University may not disclose any information derived from the proposals submitted from competing offers in conducting such discussions. The University will provide each Respondent with an equal opportunity for discussion and revision of proposals. Further action on proposals not included in the competitive range will be deferred pending an award, but the University reserves the right to include additional proposals in the competitive range if deemed in the best interest of the
  • 70. University. C. University reserves the right to award a Contract for all or any portion of the requirements proposed by reason of this request, award multiple Contracts, or to reject any and all proposals if deemed to be in the best interests of the University and to re-solicit for proposals, or to reject any and all proposals if deemed to be in the best interests of the University and to temporarily or permanently abandon the procurement. If the University awards a contract, it will award the contract to the Respondent, whose proposal is the most advantageous to the University, considering price and the evaluation factors set forth in this RFP. The contract file must state in writing the basis upon which the award is made. 2.3 OTHER FACTORS FOR SELECTION: The Respondent selected for an award will be the Respondent whose proposal, as presented in the response to this RFP, is the most advantageous. The System is not bound to accept the lowest priced proposal if that proposal is not in the best interest of the System as determined by the System. The System personnel will evaluate proposals. In addition to the Evaluation Criteria identified on page 21, the selection of the successful respondent for this award, will be based on the other factors listed below: 1. Compliance with specifications. 2. Ability to offer a comprehensive set of core services and benefits. 3. Competitive rates. 4. Online access to relevant databases. 5. Compliance with applicable state and federal laws and regulations. 6. Financial position of Respondent. 7. Stability of rates and fees over time. 8. Ability to provide the University with requested reports, including but not limited to, service utilization reports. 9. Ability of the University to customize its screening program options in a way that will best meet the needs of the University,
  • 71. i.e.: a la carte services. 10. Timeliness of report completion 11. Responsiveness from customer support personnel (add or delete any of the above points based on your requirements) Consideration may also be given to any additional information and comments if they should increase the benefits to the University. Upon completion of the initial review and evaluation of the proposals submitted, selected Respondents may be invited to participate in oral presentations. 2.4 RESPONDENT'S ACCEPTANCE OF EVALUATION METHODOLOGY:Submission of a proposal indicates Respondent’s acceptance of the evaluation technique and Respondent’s recognition that the University must make some subjective judgments during the evaluation process. 2.5 COMMITMENT: Respondent understands and agrees that this RFP is issued on the anticipated need for requested services and that the University has made no representation, written or oral, that any such requirements be furnished under a Contract arising from this RFP. Furthermore, Respondent recognizes and understands that any cost borne by the Respondent, which arises from Respondent’s performance hereunder, shall be at the sole risk and responsibility of Respondent. 2.6 KEY EVENTS SCHEDULE: Posting of RFP for public bidding (ESBD) Wednesday, June 19, 2016 Pre-Proposal Meeting Xxxxx @ 11:00 AM CDT Inquiries and Interpretations Deadline March 3, 2016 @ 5:00 PM CDT Q and A addendum posting to ESBD
  • 72. March 6, 2016 @ 5:00 PM CDT Proposal Submittal Deadline March 17, 2016 @ 11:00 AM CDT Respondent short list identified TBD Anticipated Award TBD Anticipated Start Date TBD The system will be in observance of the following holidays: Memorial Day Monday, May 29, 2016 Independence Day Friday, July 4, 2016SECTION III GENERAL INFORMATION AND REQUIREMENTS 3.1 GENERAL INSTRUCTIONS: Respondents should carefully read the information contained herein and submit a complete response to all requirements and questions as directed. Proposals and any other information submitted by Respondents in response to this RFP shall become the property of the University. University will not provide compensation to Respondents for any expenses incurred by the Respondent(s) for proposal preparation or for any demonstrations that may be made, unless otherwise expressly stated. Respondents submit proposals at their own risk and expense. Proposals, which are qualified with conditional clauses, or alterations, or items not called for in the RFP documents, or irregularities of any kind, are subject to disqualification by the University, at its option. Each proposal should be prepared simply and economically, providing a straightforward, concise description of your firm's ability to meet the requirements of this RFP. Emphasis should be on completeness, clarity of content, responsiveness to the
  • 73. requirements, and an understanding of the University's needs. University makes no guarantee that an award will be made as a result of this RFP, and reserves the right to accept or reject any or all proposals, waive any formalities or minor technical inconsistencies, or delete any item/requirements from this RFP or resulting contract when deemed to be in the University's best interest. Representations made within the proposal will be binding on responding firms. The University will not be bound to act by any previous communication or proposal submitted by the firms other than this RFP. Firms wishing to submit a “No- Response” are requested to return the first page of the Execution of Offer (ref. Section VI). The returned form should indicate your company's name and include the words “No- Response” in the right-hand column. Failure to comply with the requirements contained in this RFP may result in the rejection of your proposal. 3.2 HISTORICALLY UNDERUTILIZED BUSINESS: In accordance with the State of Texas policy of encouraging the use of Historically Underutilized Businesses (“HUBs”) in state procurement, the University shall make a good faith effort to utilize HUBs in contracts for construction, goods and services. University strives to achieve HUB program goals by contracting directly with HUBs or indirectly through HUB subcontracting opportunities. If the University determines that subcontracting is probable under the contract, a HUB Subcontracting Plan (“HSP”) must be completed by the Respondent and submitted with the Proposal in accordance with Texas Administrative Code, Title 34, Part 1, Chapter 20, Subchapter B. The HSP, if required by this solicitation, will become a provision of any contract that results from this solicitation and the Respondent will utilize the subcontractors indicated in the HSP, unless a revision to the HSP is approved by the University. The Respondent will also provide monthly Progress Assessment Reports to the University during the life of the contract to verify compliance with the HSP in the manner indicated by the University.
  • 74. 3.3 ALTERNATE PROPOSAL: University may consider alternate proposals submitted by qualified responsive firms in determining an award. Respondents submitting alternate proposals shall clearly identify any exceptions taken to the requirements listed herein, and include a detailed description of the alternate(s) proposed. Respondent(s) may suggest additions to the requirements with respect to scope of work or services performed. All such suggestions shall be clearly defined. Alternate proposals shall be submitted as an attachment to your base proposal (RFP) package. 3.4 WITHDRAWAL OR MODIFICATION: No proposal may be changed, amended, or modified after the same has been submitted or filed in response to this solicitation, except for obvious errors in extension. However, a proposal may be withdrawn and resubmitted any time prior to the time set for receipt of proposals. No proposal may be withdrawn after the submittal deadline without approval by the University, which shall be based on Respondent’s submittal, in writing, of a reason acceptable to the University. 3.5 VALIDITY PERIOD: Proposals are to be valid for the University's acceptance for a minimum of 120 days from the submittal deadline date to allow time for evaluation, selection, and any unforeseen delays. Proposals, if accepted, shall remain valid for the life of the Contract. At the end of the initial one-hundred-twenty (120) day validity period, proposals will automatically roll over for an additional one-hundred-twenty (120) day period unless otherwise specified in writing by Respondent. 3.6 TERMS AND CONDITIONS: The General Terms and Conditions (ref. Section IV) shall govern any contract issued as a result of this solicitation (RFP). All Respondents must comply with the requirements listed on Section III Proposal Requirements, Section V Description of Services, and Section IV Execution of Offer herein. In the event there is a conflict expressed in this document, the provision-
  • 75. requiring Respondent to supply the better quality or greater quantity shall prevail, or if such conflict does not involve quality or quantity, then interpretation will be in the following order of precedence: 1. Description of Services 2. General Terms and Conditions 3. Execution of Offer By signing the Execution of Offer (EXHIBIT A) and submitting a proposal, Respondent certifies that any attached or referenced terms, conditions, or documents are applicable to this procurement only to the extent that they do not conflict with the statutes or Administrative Code of the State of Texas, or the advertised terms and conditions, and that they do not impose additional requirements on the University. SECTION IV SPECIFIC REQUIREMENTS OF REQUEST FOR PROPOSAL 1.1 FAILURE TO COMPLY WITH REQUIREMENTS:If Respondent fails to comply with any requirements contained in this RFP, Respondent’s Proposal will be considered non- responsive and will be rejected. Below are the specific requirements of the RFP. 1.2 SUBMISSION, CONTENT, AND FORMAT OF PROPOSALS: 1.2.1 University will not accept Proposals received after the Proposal Deadline. University will not accept proposals that do not conform to the requirements of this RFP regarding the required format and size. Likewise, failure to address all aspects of the Project or the requirements of this RFP in a complete and meaningful way will subject a Proposal to rejection. Proposals that are qualified with conditional clauses,
  • 76. alterations, items not called for in this RFP, or irregularities of any kind are subject to rejection. Unnecessary or extraneous attachments shall NOT be included with Proposals and will not be reviewed, utilized or considered by University. 1.2.2 Each Proposal must be submitted as one (1) original signed document plus one (1) bound hard copy plus one (1) electronic copy as a single PDF file less than 15 MB in size. University prefers simple and economically produced proposals describing Respondent’s ability to meet the requirements of this RFP in a straightforward, concise manner. In evaluating Proposals, emphasis shall be on the quality, completeness, clarity of content, responsiveness to requirements, and understanding and anticipation of University’s needs. 1.2.3 The required hard-copy counterparts of Proposal must be printed on letter-size (8-1/2” x 11”) paper assembled with spiral or metal ring bindings and contains a MAXIMUM of THIRTY (30) printed pages. Each section must be separated with a divider sheet for quick reference. The cover, table of contents, divider sheets, sample documents, incumbency certificate, Bonding Letter, HSP, Execution of Offer and Cost and Delivery Proposal do not count as printed pages. University’s published manuals may be submitted in their entirety as an attachment or incorporated by reference. 1.3 EXECUTION OF OFFER: Each Proposal must include the completed, fully executed and acknowledged Execution of Offer in form and substance identical to the form attached hereto as EXHIBIT A. 1.4 HUB SUBCONTRACTING PLAN: Based on an analysis performed by the University’s Purchasing Department, subcontracting was determined to be (not to be) probable for this contract. Therefore, a HSP will (will not) be required to be submitted with the Proposal. EXHIBIT B contains the HSP form and instructions. If you have any
  • 77. questions about completing the HSP, if required, please contact Maya Thornton, HUB Director via email at [email protected]. 1.5 GENERAL INFORMATION QUESTIONNAIRE: The General Information Questionnaire (see section VIII) must be completed and submitted with the proposal. 1.6 ADDITIONAL REQUIREMENTS: Additional requirements, if any, specified in the RFP are listed below: 4.6.1 (Describe requirement 1.) 4.6.2 (Describe requirement 2.)SECTION V GENERAL TERMS AND CONDITIONS 1.7 GENERAL: These General Terms and Conditions are an example of what may be a part of any contract which may be awarded resulting from this RFP. Irrespective of those contained in this RFP, the University reserves the right to require additional or modified contract terms and conditions with the successful entity that are in the University’s best interest. 1.8 DEFINITIONS: Whenever the following terms are used in these General Terms and Conditions or in the other Contract Documents the intent and meaning shall be interpreted as follows: Contract Documents shall mean the documents that form the Contract between the University and the Contractor. The Contract Documents consist of the Agreement or Purchase Order. The Standard Purchasing Agreement (EXHIBIT C) is the
  • 78. University’s preferred form of Agreement. Any change or addendum to the Standard Purchasing Agreement or use of another contract form must be reviewed and approved by UH System Legal Counsel and will delay the contracting process.Conditions of the Contract (this Section 5 - General Terms and Conditions, and any Additional or Special Conditions issued for this RFP), Specifications, Pricing and Delivery Schedule, Execution of Offer, Respondent's Questionnaire, and all Addenda and Amendments issued prior to and after the execution of the Contract. University shall mean the University of Houston. Respondent shall mean the individual, partnership, corporation, or other entity responding to this RFP. Contractor shall mean the individual, partnership, corporation, or other entity awarded a Contract for requested services under this RFP, in accordance with the terms, conditions, and requirements herein. Project shall mean the complete undertaking by Contractor to provide the goods and/or services contemplated by the Contract. 5.1 ENTIRE AGREEMENT: The Contract Documents, for all intents and purposes, are intended as the complete and exclusive statement of the agreement between the University and the Contractor and supersede all prior or contemporaneous agreements, negotiations, course of prior dealings, or oral representations relating to the subject matter hereof. The terms and conditions of any purchase order, agreements, amendments, modifications, or other documents submitted by either party which conflict with, or in any way purport to amend or add to any of the terms and conditions of the Contract are specifically objected to by the other party and shall be of no force or effect, nor shall govern in any way the subject matter hereof, unless set forth in writing and signed by both parties.5.2 TIME OF PERFORMANCE:
  • 79. Time is of the essence in the rendering of services hereunder. Contractor agrees to perform all obligations and render services set forth per this Contract in accordance with the schedules herein and as mutually agreed upon between the University and Contractor during the term of this Contract. 5.3 DEFAULT: In the event that the Contractor fails to carry out or comply with any of the terms and conditions of the Contract with the University, the University may notify the Contractor of such failure or default in writing and demand that the failure or default be remedied within ten (10) days; and in the event that the Contractor fails to remedy such failure or default within the ten (10) day period, the University shall have the right to cancel the Contract. Without limiting the foregoing, the following shall constitute a material breach by the Contractor, upon the occurrence of which the Contractor shall immediately notify the University; the Contractor ceases its business operation, makes a general assignment for the benefit of creditors, is adjudged bankrupt, becomes insolvent, buyout or merger, or non-compliance to governmental requirements. The cancellation of the Contract, under any circumstances whatsoever, shall not effect or relieve Contractor from any obligation or liability that may have been incurred or will be incurred pursuant to the Contract and such cancellation by the University shall not limit any other right or remedy available to the University at law or in equity. 5.4 FINANCIAL REPORTS AND PAYMENT: A. All invoices should be submitted to the University no more than 30 calendar days after the delivery of goods or completion of services that are being invoiced. B. University will remit payments based on valid and correct invoices no later than 30 calendar days after the later of the
  • 80. goods receipt date, service completion date, and invoice receipt date. Invoices must include a description of goods or services provided and an itemization of fees and/or expenses requested in a format mutually agreed upon by the Contractor and the Contract Coordinator. C. University shall have the right to verify the details set forth in Contractor's invoices, either before or after payment of invoices. 5.5 CONTRACT AMENDMENTS: The Contract may be amended within the Contract period by mutual consent of the parties. No modification or amendment to the Contract shall become valid unless in writing and signed by both parties. All correspondence regarding modifications or amendments to the Contract must be forwarded to the University’s Office of Auxiliary Services for prior review and approval. 5.6 INDEPENDENT CONTRACTOR STATUS: Contractor recognizes that it is engaged as an independent contractor and acknowledges that the University will have no responsibility to provide transportation, insurance, taxes or other fringe benefits normally associated with employee status. Contractor, in accordance with its status as an independent contractor, covenants and agrees that it shall conduct itself consistent with such status, that it will neither hold itself out as nor claim to be an officer, partner, employee or agent of the University by reason hereof, and that it will not by reason hereof make any claim, demand or application to or for any right or privilege applicable to an officer, partner, employee or agent of the University, including, but not limited to, unemployment insurance benefits, social security coverage or retirement benefits. Contractor hereby agrees to make its own arrangements for any of such benefits as it may desire and agrees that it is responsible for all income taxes required by applicable law. 5.7 GENERAL RULES AND PROCEDURES FOR PURCHASING:
  • 81. Respondent shall comply with Texas Government Code Section 2155.004 provision regarding conflicts of interest, prohibition on certain bids and contracts, and anti-trust laws. A state agency may not accept a bid or award a contract that includes proposed financial participation by a person who received compensation from the agency to participate in preparing the specifications or request for proposals on which the bid or contract is based. Under Section 2155.004, Government Code, the Respondent certifies that the individual or business entity named in this bid or contract is not ineligible to receive the specified contract and acknowledges that this contract may be terminated and payment withheld if this certification is inaccurate.5.8 UNIVERSITY’S RIGHT TO AUDIT: At any time during the term of this Contract and for a period of four (4) years thereafter the University or a duly authorized audit representative of the University, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the University reveals any errors/overpayments by the University, Contractor shall refund the University the full amount of such overpayments within thirty (30) days of such audit findings, or the University, at its option, reserves the right to deduct such amounts owing the University from any payments due to the Contractor. 5.9 ACCESS TO DOCUMENTS: To the extent applicable to this procurement, in accordance with Public Law 99-499 under TEFRA, Contractor agrees to allow, during and for a period of not less than four (4) years after the Contract term, access to this Contract and its books, documents, and records; and contracts between Contractor and its subcontractors or related organizations, including books, documents and records relating to same, by the Comptroller
  • 82. General of the United States, and their duly authorized representatives. 5.10 TITLE AND RISK OF LOSS: For goods to be provided by Contractor hereunder, if any, the title and risk of loss of the goods shall not pass to the University. 5.11 ACCEPTANCE OF PRODUCTS AND SERVICES: All products furnished and all services performed under this Contract shall be to the satisfaction of the University and in accordance with the specifications, terms, and conditions of the Contract. The University reserves the right to inspect the products furnished or the services performed, and to determine the quality, acceptability, and fitness of such products or services. 5.12 SALES AND USE TAX: Section 151.311, Tax Code permits the purchase free of state sales and use taxes of tangible personal property to be incorporated into realty in the performance of a contract for an improvement to realty for certain exempt entities such as UH System and its components.5.13 INDEMNIFICATION: Contractor agrees to hold UH System, the University, its regents, officers, agents and employees harmless and free from any loss, damage, or expense arising out of any occurrence relating to this Contract or its performance and will indemnify UH System and the University, its regents, officers, agents, employees, and students and assigns against any damage or claim of any type arising from the acts or omission (including negligence) of the Contractor, its agents, employees, subcontractors, and/or assigns. A. CONTRACTOR SHALL PROTECT AND INDEMNIFY THE UNIVERSITY FROM AND AGAINST ALL CLAIMS, DAMAGES, JUDGMENTS AND LOSS ARISING FROM
  • 83. INFRINGEMENT OR ALLEGED INFRINGEMENT OF ANY UNITED STATES PATENT, OR COPYRIGHT, ARISING BY OR OUT OF ANY OF THE SERVICES PERFORMED OR GOODS PROVIDED HEREUNDER OR THE USE BY CONTRACTOR, OR BY THE UNIVERSITY AT THE DIRECTION OF CONTRACTOR, OF ANY ARTICLE OR MATERIAL, PROVIDED THAT UPON BECOMING AWARE OF A SUIT OR THREAT OF SUIT FOR PATENT OR COPYRIGHT INFRINGEMENT, THE UNIVERSITY SHALL PROMPTLY NOTIFY CONTRACTOR AND CONTRACTOR SHALL BE GIVEN FULL OPPORTUNITY TO NEGOTIATE A SETTLEMENT. CONTRACTOR DOES NOT WARRANT AGAINST INFRINGEMENT BY REASON OF THE UNIVERSITY'S DESIGN OF ARTICLES OR THE USE THEREOF IN COMBINATION WITH OTHER MATERIALS OR IN THE OPERATION OF ANY PROCESS. IN THE EVENT OF LITIGATION, THE UNIVERSITY AGREES TO COOPERATE REASONABLY WITH CONTRACTOR AND PARTIES SHALL BE ENTITLED, IN CONNECTION WITH ANY SUCH LITIGATION, TO BE REPRESENTED BY COUNSEL AT THEIR OWN EXPENSE.B. The indemnities contained herein shall survive the termination of any agreement or purchase order for any reason whatsoever. 5.14 FORCE MAJEURE: If either the University or Contractor (individually, a “Party”) is delayed at any time in the performance of its obligations hereunder by economic industry-wide strikes, fire, unusual delay in deliveries, unavoidable casualties, or other causes reasonably beyond such Party’s control and which could not have been reasonably anticipated by such Party, then the time for performance of such Party shall be extended by one (1) day for each day of such delay. 5.15 CONFLICTS OF INTEREST: It is understood and agreed that no benefits, payments or considerations received by Contractor for the performance of services associated with and pertinent to the resultant Contract
  • 84. shall accrue, directly or indirectly, to any employees, elected or appointed officers or representatives, or any other person identified as agents of, or who are by definition an employee of, the State. Respondent shall also disclose: A. Any relationship, whether by relative, business associate, capital funding agreement or by any other such kinship which exists between Respondent and an employee of any UH System component. B. Whether Respondent has been an employee of any UH System component within the immediate twelve (12) months prior to the RFP response. C. Whether any member of the Board of Regents of the University, or the Executive Officers of the University or its component institutions, has a financial interest, directly or indirectly, in the transaction that is the subject of the contract. All such disclosures will be subject to administrative review and approval prior to the University entering into any contract with Respondent. 5.16 NON-DISCLOSURE: Contractor and the University acknowledge that they or their employees may, in the performance of the resultant Contract, come into the possession of proprietary or confidential information owned by or in the possession of the other. Neither party shall use any such information for its own benefit or make such information available to any person, firm, corporation, or other organization, regardless of whether directly or indirectly affiliated with Contractor or the University, unless (i) required by law, (ii) by order of any court or tribunal, (iii) such disclosure is necessary for the assertion of a right, or defense of an assertion of a right, by one party against the other party hereto, or (iv) such information has been acquired from other sources.
  • 85. 5.17 PUBLICITY: Contractor agrees that it shall not publicize this Contract or disclose, confirm or deny any details thereof to third parties or use any photographs or video recordings of the University's employees or use the University's name in connection with any sales promotion or publicity event without the prior express written approval of the University. 5.18 SEVERABILITY: In case any provision hereof, or of any resulting agreement or purchase order, shall, for any reason, be held invalid or unenforceable in any respect, such invalidity or unenforceability shall not affect any other provision thereof, and this Contract shall be construed as if such invalid or unenforceable provision had not been included herein. 5.19 NON-WAVIER OF DEFAULTS: No delay or omission by either of the parties hereto in exercising any right or power accruing upon the non‑compliance or failure of performance by the other party hereto of any of the provisions of this Contract shall impair any such right or power or be construed to be a waiver thereof. A waiver by either of the parties hereto of any of the covenants, conditions or agreements thereof to be performed by the other party hereto shall not be construed to be a waiver of any subsequent breach thereof or of any other covenant, condition or agreement therein contained. 5.20 ASSIGNMENT: The agreement with Contractor is a personal service contract for the services of Contractor, and Contractor's interest in such agreement, duties hereunder and/or fees due hereunder may not be assigned or delegated to a third party. The benefits and burdens of this agreement are, however, assignable by the University. 5.21 ASSIGNMENT OF OVERCHARGE CLAIMS: Contractor hereby assigns to the University any and all claims for overcharges associated with the Contract arising under the antitrust laws of the United States, 15 U.S.C.A., Sec. 1 et seq.
  • 86. (1973), or arising under the antitrust laws of the State of Texas, Texas Business and Commerce Code Annotated, Sec. 15.01, et seq. (1967). 5.22 PATENT AND COPYRIGHT: Contractor shall pay for any royalties, license fees, copyrights or trade and service marks required to perform the services required by this Contract. 5.23 TEXAS PUBLIC INFORMATION ACT: University considers all information, documentation and other materials requested to be submitted in response to this solicitation to be of a non-confidential and/or non-proprietary nature and therefore shall be subject to public disclosure under the Texas Public Information Act (Texas Government Code, Chapter 552.001, et seq) after a contract is awarded. Respondents are hereby notified that the University strictly adheres to all statutes, court decisions, and opinions of the Texas Attorney General regarding the disclosure of RFP information. 5.24 FREEDOM OF ACCESS AND USE OF FACILITIES: The Contractor's employees shall have reasonable and free access during normal business hours to use only those facilities of the University that are necessary to perform services under this Contract and shall have no right of access to any other facilities of the University. 5.25 OBSERVANCE OF UNIVERSITY RULES AND REGULATIONS: Respondent agrees that at all times its employees will observe and comply with all policies and regulations of the University while on University premises, including but not limited to parking, safety and security regulations.5.26 SECTION HEADINGS: All section headings are for convenience of reference only and are not intended to define or limit the scope of any provisions of this RFP.
  • 87. 5.27 NOTICES: Any notices required or permitted to be given shall be in writing and effective upon receipt and shall be sent by certified mail, return receipt requested, postage pre-paid, addressed as follows: UH-Department of Purchasing Office of the Director 5000 Gulf Freeway, Bldg. 1, Suite 202Houston, Texas 77204- 5015 5.28 GOVERNING LAW:This Contract, including, without limitation, this RFP and any resulting agreement or purchase order, shall be construed and governed by the laws of the State of Texas. 5.29 ANTI-TRUST LAWS: Respondent shall certify that neither the Respondent nor the firm, corporation, partnership or University represented by the Respondent, or anyone acting for such firm, corporation, or institution has violated the antitrust laws of this state, codified in the Texas Free Enterprise and Antitrust Act set forth in Chapter 15 of the Business and Commerce Code, or the Federal antitrust laws, nor have they directly or indirectly communicated the bid to a competitor or other person engaged in the same line of business. 5.30 CERTIFICATION OF FRANCHISE TAX STATUS: Respondents are advised that UH System cannot pay vendors who are delinquent in paying state franchise taxes pursuant to Texas Government Code Chapter 2107.008. A corporate Respondent shall certify that it is not currently delinquent in the payment of, is exempt from, or is an out-of-state corporation that is not subject to any State of Texas franchise taxes. The Respondent agrees that each subcontractor and supplier under contract will also provide a certification of franchise tax status. 5.31 DELINQUENCY IN PAYING CHILD SUPPORT:
  • 88. Under Section 231.006, Texas Family Code, a child support obligor who is more than 30 days delinquent in paying child support, and a business entity in which the obligor is a sole proprietor, partner, shareholder, or owner with an owner’s interest of at least 25 percent is not eligible to receive payments from state funds under a contract to provide property, materials or services; or receive a state - funded grant or loan until all arrears have been paid; or the obligor is in compliance with a written repayment agreement or court order as to any existing delinquency. The Respondent certifies that the individual or business entity named in this contract, bid, or application is not ineligible to receive the specified grant, loan, or payment and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate. SECTION VI DESCRIPTION OF SERVICES-GENERAL REQUIREMENTS - SCOPE OF WORK 1.9 GENERAL REQUIREMENTS: (__________________) provide a brief description and outline of your requirements. 6.2 SERVICES TO BE PERFORMED:(__________________) must provide all details, deliverables, phases, requirements in this section. You are identifying to the Respondents, the facts and exact details you are seeking. _ _
  • 89. _ _ _ _ _ _ 1.10 ORAL PRESENTATION/WRITTEN CLARIFICATION: As part of the evaluation process, the University reserves the right to request the Respondent to provide written clarification or make a formal, oral presentation. The UHS point of contact as identified within this RFP shall request the written clarification or schedule any presentations required. Each Respondent should be prepared to discuss and substantiate all areas of its proposal. This is a fact finding and explanation session only and does not include negotiation. In conducting discussions, there shall be no disclosure of any information derived from proposals submitted by competing Respondents. The Respondent shall be responsible for all of its costs associated with the presentation. Oral presentations are an option of the University and may or may not be conducted with none, some or all of the Respondents.6.4 FEES:(____________________) Provide a fee schedule or provide an itemized line item breakdown for each service or merchandise. For example, if you are seeking services, you may want to include a line item for; Hourly Rate $______________ Trip Charge
  • 90. $______________ 1.11 PAYMENTS: Payments will be made 30 calendar days after the later of invoice receipt, delivery of goods, and completion of services. Invoices must include an itemized description of services based on services agreement. University shall have the right to verify the details set forth in the Contractor’s invoices, either before or after payment of the invoice. 6.6 UNIVERSITY RESPONSIBILITIES: The University will assist the contractor by performing the following actions: • Assign an individual to act as primary contact at each component campus. 6.7 REFUNDS: The University will establish per terms of contract. 6.8 TAXES:The Contractor will comply and pay all taxes applicable under Federal, State and local laws. 6.9 INSURANCE AND LEGAL REQUIREMENTS:The Contractor must carry applicable insurance and provide annual certificate of coverage to the Contract Coordinator. The Contractor must comply with all applicable permits and licenses and all requirements of applicable laws, regulations, and standards required for the operation of software license. 1.12 COMPLIANCE WITH THE UNIVERSITY PREMISE RULES:The Contractor agrees that at all times its employees will observe and comply with all policies and regulations of the
  • 91. University, including but not limited to parking, safety and security regulations. This contract requires compliance with all University regulations and practices for services provided on the University premises. The Contractor, its agents, employees or subcontractors are made aware of, fully informed about, and in full compliance with its obligations under the following regulations, unless otherwise exempt: · The Contractor shall comply with all applicable rules including without limitation, those relative to environmental quality, safety, fire prevention and noise. · The University is a smoke-free institution. Smoking, is prohibited in any University building or facility unless otherwise posted. · The Contractor has the right to use but shall have no right of access to any other facilities. · The Contractor is responsible to ensure all its employees, personnel, or representatives entering onto UH facilities abide by these provisions. 1.13 TRANSITION PLAN: The Contractor (including the incumbent) shall submit a transition plan addressing whether transition would be on a designated date or in predetermined time phases. 1.14 SPECIAL SERVICES:The Contractor should propose any special services such as scholarship funds, special promotions or product availability for donations during the term of the contract. 1.15 CONTRACT COORDINATOR: The University will exercise its right and obligations under the Contract through its (Departmental Contact – Ann Pino, who will serve as Contract Coordinator. 6.13.1 All services performed shall be subject to review,
  • 92. coordination and approval by the contract coordinator. The contract coordinator will, in all cases, determine the quality, acceptability, and appropriateness of the work provided under contract. The contract coordinator will decide all questions which may arise as to the fulfillment of the Contract on the part of the Contractor and the contract coordinator’s determination and decision will be final and conclusive. 6.13.2 In the event services performed by the Contractor do not conform to the requirements of this Contract as determined by the contract coordinator, the University, at its option, may request the Contractor to adjust service schedules, product selection or add/delete/revise locations of service to the University. All adjustments or requests will be as mutually agreed upon between the Contractor and the University. SECTION VIIINSURANCE REQUIREMENTS 7.1 REQUIRED COVERAGE: For the duration of the agreement, for any renewal terms, and for purposes of indemnification obligations that are specified to survive termination or expiration of the agreement, Contractor shall obtain, at its sole expense and at no cost to the University, the following coverages and shall maintain such coverage in full force and effect: 7.1.1 Commercial General Liability Insurance including operations, contractual liability, and products liability in the combined single limit of not less than one million dollars ($1,000,000) per occurrence and two million dollars ($2,000,000) in the aggregate;7.1.2 Professional Liability or Errors & Omission Insurance (For Professional Services only) of not less than five million dollars ($5,000,000) per occurrence for professional services i.e.,
  • 93. Physician, Lawyer, Architect, Engineer, other “Professional” or a Consultant representing his own firm;7.1.3 If, during the Term, Contractor will enter University property, Contractor shall also maintain the following insurance: · Workers' Compensation and Employers Liability Insurance covering all individuals who provide Services pursuant to the agreement at the request of the Contractor, at the statutory limits in effect as of the Effective Date of the Contract and as modified from time to time by the regulatory body or insurance carrier charged with administering Workers' Compensation for the State of Texas. Employer's Liability in amounts of not less than one million dollars ($1,000,000) per accident, one million dollars ($1,000,000) for disease (policy limit), and one million ($1,000,000) for disease (per person). · Commercial Automobile Liability Insurance in the combined single limit of not less than one million dollars ($1,000,000) or in the event Contractor does not own automobiles, Contractor agrees to maintain coverage for Hired & Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability Policy or a separate Commercial Auto Liability Policy; 7.1.4 University may require additional insurance coverages and/or limits depending on the nature and scope of the contract. 7.1.5 Providing and maintaining insurance coverage is a material term of this solicitation. Contractor shall provide Certificates of Insurance evidencing the Insurance Requirements no later than ten (10) days prior to the start of work and replacement or renewal certificates no less than thirty (30) days prior to the expiration of any such insurance. Insurance coverages must be written by companies authorized and admitted to do business in the State of Texas and rated A-, VII or better by A.M. Best Company. Contractor shall provide the University a full and